Loading...
HomeMy WebLinkAboutC-3724 - PSA for Jamboree Road Widening Over SR-73V AMENDMENT NO. FIVE TO PROFESSIONAL SERVICES AGREEMENT WITH RBF CONSULTING FOR JAMBOREE ROAD WIDENING OVER SR -73 THIS AMENDMENT NO FIVE TO AGREEMENT FOR PROFFIS SERVICES ( "Agreement ") is made and entered into as of the � day of .Sep ., , 2012, by and between the CITY OF NEWPORT BEACH, a California Municipal Corporation and Charter City ( "City "), and RBF CONSULTING, a California corporation ( "Consultant "), whose address is 14725 Alton Parkway, Irvine, CA 92618, and is made with reference to the following: RECITALS A. On April 12, 2005 City and Consultant City and Consultant entered into a Professional Services Agreement ( "Agreement ") for the Jamboree Road Widening Over SR -73 Project ( "Project "). B. On August 8, 2006 City and Consultant entered Amendment No. One to the Agreement to increase the scope of work and increase the total compensation ( "Amendment No. One "). C. On April 7, 2009 City and Consultant entered Amendment No. Two to the Agreement to extend the term of the Agreement to December 31, 2011 ( "Amendment No. Two'). D. On July 8, 2010 City and Consultant entered Amendment No. Three to the Agreement to reflect additional services not included in the Agreement or prior Amendments, to extend the term of the Agreement to December 31, 2012, to increase the total compensation, and to update various standard terms to the Agreement ( "Amendment No. Three "). E. On October 11, 2011 City and Consultant entered Amendment No. Four to the Agreement to reflect additional services not included in the Agreement or prior Amendments, to increase the scope of work, and to increase the total compensation ( "Amendment No. Four'). F. City desires to enter into this Amendment No. Five to increase the scope of work, to extend the term of the Agreement to December 31, 2013, and to increase the total compensation G. City and Consultant mutually desire to amend this Agreement, as provided below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: RBF CONSULTING 1. TERM Section 1 of the Agreement shall be amended in its entirety and replaced with the following: The term of the Agreement shall commence on the Effective Date, and shall terminate on December 31, 2013, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Section 2 of the Agreement, as previously amended, shall be supplemented to include the Addendum for Construction Support Services dated August 21, 2012, attached hereto as Exhibit A and incorporated herein by reference. City may elect to delete certain tasks of this Exhibit A at its sole discretion. 3. COMPENSATION TO CONSULTANT The introductory paragraph to Section 4 of the Agreement, as previously amended, shall be 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 Construction Support Task/Hour Breakdown attached to Exhibit A and incorporated herein by reference, and the Hourly Rate Schedule contained in Exhibit B of the Agreement. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed One Million One Hundred Sixty -Three Thousand, Five Hundred Fifty -Five Dollars and No /100 ($1,163,555.00) 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. 3.1 The Total Amended Compensation reflects Consultant's additional compensation for additional services to be performed in accordance with this Amendment No. Five in an amount not to exceed Thirty -Six Thousand, Five Hundred Ninety -Six Dollars and No /100 ($36,596.00). E�F-7�i12-11IN Section 14 of the Agreement shall be amended in its entirety and replaced with the following: 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. 5. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement, as amended shall remain unchanged and shall be in full force and effect. RBF CONSULTING IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY AT RNEY'S OFFICE Date: By: Aaron C. Harp Q 9-N City Attorney � ij Attest: City Clerk141)'- LIFO fiN` CITY OF NEWPORT BEACH, a California municipal corporation Date:�� By: Dav ff City Manager CONSULTANT: RBF CONSULTING, a California corporation Date: Zez/ By::�%L� • Gary rkentin ,jen nor ry Vice President C -F -*n it fGiai vi level CfiiP�'�Xecvfi0 O Ice [END OF SIGNATURES] Attachments: Exhibit A — Addendum for Construction Support Services dated 8/21/12 Exhibit B — Hourly Rate Schedule Exhibit C — Insurance Requirements RBF CONSULTING EXHIBIT A SERVICES TO BE PERFORMED RBF CONSULTING I�Ir� August 21, 2012 Andy Tran, P.E. Senior Civil Engineer City of Newport Beach 3030 Newport Boulevard Newport Beach, CA 92663 Subject: Jamboree Road! SR -73 Bridge Widening Project — Addendum for Construction Support Services JN 10- 104114.003 RBF Consulting (RBF) is submitting this addendum request for continued construction support services for the Jamboree Road /SR -73 Bridge Widening project in the City of Newport Beach. Our proposal includes the following Scope of Work and attached Task/Hour Breakdown and Fee Proposal, SCOPE OF WORK During the course of construction, RBF has provided construction support services to the City on a time and materials basis in response to contractor requests for information (RFI's), shop drawing review, and change order preparation. When the budgets for these tasks were exhausted, we began to invoice against remaining tasks that we had not yet begun, such as preparing Record Drawings and submitting electronically to Caltrans. As the construction nears an end and these tasks will soon be required to commence, RBF is requesting additional budgets to reinstall these tasks to their originally agreed to amounts and to increase the budget amount for responding to contractor RFI's through the end of construction. Additionally, during the course of construction, the City requested that RBF develop construction details for pavement rehabilitation at the Jamboree/Bristol Street South and Jamboree/Bristol Street North intersections. Task 3 Additional Drawings RBF will prepare two construction details sheets for proposed pavement rehabilitation at the Jamboree/Bristol Street South and Jamboree /Bristol Street North intersections. Our scope of work for this task includes field surveying to establish existing join locations and existing pavement elevations within the intersections. The pavement rehabilitation will include a 2 -inch grind of the existing pavement and a variable depth AC overlay to resurface the intersections. Profiles will be developed along lane lines to ensure a smooth driving surface through the intersections. One hundred (100) hours is budgeted for this task. PLANNING ■ DES113N a CONSTRUCTION 14725 Aran Parkway, him, CA 92618.2027 * P.O. Box 5705'7, IMM CA 9261&7057. MA72.3505• FAX 919.472.$373 offices located thmughout CaMorrua, ArLma & Nevada a www.RBF.COm Mr. Andy Tran August 21, 2012 Page 2 Task 5 Respond to inquiries /Requests for Information (RFI's) The original construction support services contract included a budget amount of $19,100 for responding to contractor RFI's. Throughout the construction duration this amount has been exhausted. RBF is requesting an additional budget amount of $8,880 to complete this task through the completion of construction. Sixty (60) hours is budgeted for this task. Task 7 Record Drawings This task has been invoiced at 100% for work associated with responding to contractor RFI's, shop drawing review, and change order preparation. RBF is requesting an additional budget amount of $10,720 to reinstate this task to the original contract amount. The following is the original scope of work for this task: Following the completion and acceptance of the project, RBF will furnish the City with a complete set of revised full size reproducible as -built plans. Revisions will be based solely on as -built information provided by the City or its representative. RBF assumes no responsibility for the accuracy of the information provided by the City or its representative. One hundred (100) hours is budgeted for this task. Task 8 Electronic Submittal to Caltrans At this time 7.5 hours have been invoiced for this task for work associated with responding to contractor RFI's, shop drawing review, and change order preparation. RBF is requesting an additional budget amount of $1,184 to reinstate this task to the original contract amount. The following is the original scope of work for this task: Following the completion and acceptance of record drawings, RBF will furnish Caltrans with a complete set of record drawings (hard copy and electronic format) in accordance with the Cooperative Agreement between Caltrans and the City. The scope does not include conversion of files from Microstation v7 format to Microstation v8 format. Electronic submittal to the Office Engineer (OE) is explicitly excluded from this task. A separate scope and fee will be provided if any of the above exclusions become a requirement by Caltrans. Eight (8) hours is budgeted for this task. The estimated budget for continued support services is $36,596. Professional services during this phase will be on a time and material basis. RBF looks forward to continuing to work with the City of Newport Beach on this important project. Please contact me at (949) 855 -3625 if you have any questions. Mr. Andy Tran August 21, 2012 Page 3 Sincerely, d`e,r- fir, rhz� Gary L. Warkentin Senior Vice President Transportation Planning cc: Carrie Davis, MS 415 Stefan Hoffineister, MS 420 Janie Jenks, MS 130 H:Npdata110104114Wdnun\conhacMI 14 CSS AWR.dom N O N n H V W 0 lz IL 0 z z w 0 3 w w 0 rr m M n N O Q w K w w w O m 7 Y . i ■ N O O V f0 •- M N N 0 W Oi 1� r N 10 W O f0 ER M J Q F H go 0 o m Y Q H �n LL cr O E `o c m � C N N Of O m N N mc F o C' o m .2 w O p 'Q i Q O N N m Q Q w CK w I r gufl W EXHIBIT B HOURLY RATE SCHEDULE RBF CONSULTING EXHIBIT B HOURLY RATE SCHEDULE Effective January 201U through December 28l2 OFFICE PERSONNEL $1 Hr. I'Pexsom Survey Crew ....................................... .... ............... ... ......................... ...... 1S5.VV LicensedSurveyo,. .......................... . ... ................. ............................ .......................... 175lO Field Supervisor ....... ... ____ ............... ____ ........... ........ ^_ ... Senior Project Manager ..................... -.~................. ................ -`................... ...10o.00 ProjectManager ................ .... ... '........... . ...... ..... . ------- -.~.......... ........ -'195.00 Structural Engineer. .................... -. ...... .......... _.... .... ........... --.--........... ..--.-195.0U Technical Manager ... - ............. . ...................... .. ................. --,....... .. ............ './o0.00 SeniorEnginoer.. ........................ ........ -. .................. .............. .................. ~ ..... 1G3.AO SeniorPbmn*,.. .................. .___ ............... .......... ..................... ~~-_............ ..,1010V EkxbbaEngiova, .......... ......... ~-..... ....... ............. .......... ,.,'~.......................... _1aI00 Landscape Architect .-..--....... .. ........... , ....... .- .... .. ...... ... ____ ........... ____ ..... .1s0,V0 Senior GIS Analyst_ ... ................ ^. ....... --- ......... ......... ___ ........... ........ .~-^15l08 Project ErK_ineec, ........... -.... .... ..... ____ ........... ...... ...... '___ ..... .... ....... .-..~._ 14&08 ProjectPlanner ................ ....... `...................... ................. -.....~.......... -..... -148l0 EnvknnmontnSpwialist....,....-..-....-~..-.-'_~~--.~---...'13KV0 Design EngineemSeniorDesigner/Mapper ..... - ....... ................... ...... ....... ................ .135.00 GISAnalyst ......... . ...................... . ..................... ........... -' ........... ... ...... ............. ...122.00 ... ....................... ...................... ......... .,_............ ......... ..... �11K8O Project Coordinator. ~. ------- ..._-.--...... ...... ..... 10B0 Grq»bicAftist ....... ____ ........... ___ ....... ... ........ .-............. '-~.`.-....-...... ..... _.97.0D rrrvhomnent8AmalyvtifStaff Planner. ........................................ .......... ................ ......... . ...... 07.VO DesignTechnician ........................ ........ ....... .... ____ ............ ..... .. .......... .......... ___ ...... 9700 Assistant Enghmer/P|annm�-.... ....................... ....-......... -..~.-........... ..... ___ ... 3/0 PermitPnxness*r.. ................... ..... ...... .................. .................. ...... ................. ___ .... 810O Engineering 8kdtqannkngAid_- ...... ......... ...................... - ................. ............... -....76oO Office Support/ Clerical ....... -'.-..~___-............. ........ ..... .. ...... ...~.... ___ ......... %3,00 FIELD PERSONNEL 1`Pwmun Survey Crew ................... ... .................... - ............... ... .... ............... ,....���0U I'Pexsom Survey Crew ....................................... .... ............... ... ......................... ...... 1S5.VV LicensedSurveyo,. .......................... . ... ................. ............................ .......................... 175lO Field Supervisor ....... ... ____ ............... ____ ........... ........ ^_ ... CONSTRUCTION MANAGEMENT PERSONNEL Construction Manager. ............. -... .___ .............. ___ ........ - ..... -. .................... ... ... $i8S.O8 ResidenFr`ginwYProjectNaneger,,-....,.......-,.--'-.--.--.,.-,,`..154.0O Senior Construction kapentoc ....... .. ................... ............ ................. ...... ~ ............ ...... 123.0O Construction Inspector ............... ...____ ` .... ........ ,-..................... ................. ..._t1KOO Field OMvoEngin*m,.,- .................... ___ ....... ............ ....... - ........... ..... � ... 11K00 NOW mupm*ng. and otherdw(°pemes will bemosit*dor, an additional=w*",:m.^oub�smw*Management Fee aawe°-peruot(1,n) will bw added * the direct cost w off m»'xmwmum services w provide for the cost madministration, sowpn,mtam mpumuw"p,m/momoce. Vance mvm«e VAx»^ charged *`w additional mst*omlpermits. 1. INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES 1.1 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. 1.2 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 Vil (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 1.3 Coverage Requirements. 1.3.1 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. 1.3.1.1 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. 1.3.2 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 farm 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, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 1.3.3 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 the Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. CONSULTING RBF •.g 1.3.4 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 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. 1.4 Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 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. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, 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. 1.4.3 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. 1.4.4 Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 1.5 Additional Agreements Between the Parties. The parties hereby agree to the following: 1.5.1 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. 1.5.2 City's Right to Revise Requirements. The City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving the Consultant sixty (60) days advance written notice of RBF CONSULTING Page C -2 such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant's compensation. 1.5.3 Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non - compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. 1.5.4 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. 1.5.5 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. 1.5.6 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. 1.5.7 Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. 1.5.8 Consultant's Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. RBP CONSULTING Page C -3 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 7/23/12 Dept. /Contact Received From: Terresa Moritz Date Completed: 10/17/12 Sent to: Terresa By: Joel Company /Person required to have certificate: RBF Consulting Type of contract: All Other GENERAL LIABILITY PRIMARY & NON - CONTRIBUTORY WORDING (Must be EFFECTIVE /EXPIRATION DATE: 6/30/12 to 6/30/13 _ A. INSURANCE COMPANY: Liberty Mutual Fire Insurance Company E Yes ❑ No B. AM BEST RATING (A-: VII or greater): A XV _ CAUTION! (Confirm that loss or liability of the named insured C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? $2,000,000 / $4,000,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes © No F. PRODUCTS AND COMPLETED OPERATIONS (Must E N/A ❑ Yes © No include): Is it included? (completed Operations status does NOTICE OF CANCELLATION: not apply to Waste Haulers or Recreation) E Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND EFFECTIVE /EXPIRATION DATE: 6/30112 to 6/30/13 _ COMPLETED OPERATIONS ENDORSEMENT (completed A. Operations status does not apply to Waste Haulers) E Yes © No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City AM BEST RATING (A-: VII or greater) A XV its officers, officials, employees and volunteers): Is it C. included? E Yes 0 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 AUTOMOBILE LIABILITY EFFECTIVE /EXPIRATION DATE: 6/30112 to 6/30/13 _ A. INSURANCE COMPANY: Liberty Mutual Fire Insurance Company 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 $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided ?) N/A F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): E N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes E No H. NOTICE OF CANCELLATION: ❑ N/A E Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE /EXPIRATION DATE: 6/30/12 to 6/30/13 A. INSURANCE COMPANY: Liberty Insurance Corporation B. AM BEST RATING (A-: VII or greater): A XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ NIA ® 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 10/17/12 Date ® N/A ❑ Yes ❑ No 1/ ■ ■ ON - ■ • RISK MANAGEMENT APPROVAL REQUIRED (Non - admitted carrier rated less than_ Self Insured Retention or Deductible greater than $ ) ❑l N/A ❑ Yes ❑ No Reason for Risk Management approval /exception /waiver: Approved: Risk Management Date * Subject to the terms of the contract. AMENDMENT NO. FOUR TO PROFESSIONAL SERVICES AGREEMENT WITH RBF CONSULTING FOR JAMBOREE ROAD WIDENING OVER SR 73 PROJECT THIS AMENDMENT NO. FOUR TO PROFESSIONAL SE VICES AGREEMENT (" Amendment No. Four "), is entered into as of this 1 day of Z 2011, by and between the CITY OF NEWPORT BEACH, a California Municipal Corporation ( "City "), and RBF CONSULTING, a California Corporation whose address is 14725 Alton Parkway, Irvine, California 92618 ( "Consultant'), and is made with reference to the following: RECITALS: A. On April 12, 2005, City and Consultant entered into a Professional Services Agreement ( "Agreement') for engineering services for the Jamboree Road Widening Over SR 73 Project ('Project'). B. On August 8, 2006, City and Consultant entered into Amendment No. One to the Agreement to increase the scope of work and increase the total compensation ( "Amendment No. One "). C. On April 7, 2009, City and Consultant entered into Amendment No. Two to the Agreement to extend the term of the Agreement to December 31, 2011 ( "Amendment No. Two "). D. On July 8, 2010, City and Consultant entered into Amendment No. Three to the Agreement to reflect additional services not included in the Agreement or prior Amendments, to extend the term of the Agreement to December 31, 2012, increase the total compensation and update various standard terms to the Agreement ( "Amendment No. Three "). E. City desires to enter into this Amendment No. Four to reflect additional services not included in the Agreement or prior Amendments, to increase the scope of work and increase the total compensation. F. City and Consultant mutually desire to amend the agreement, as provided below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Section 2 of the Agreement, as amended shall be supplemented to include the Scope of Services dated June 30, 2011, which is attached hereto as Exhibit 'A' and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 2. COMPENSATION The introductory paragraph to Section 4 of the Agreement as amended shall be 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 to the Agreement. Consultant's total amended compensation for all work performed in accordance with this Agreement and all prior amendments, including all reimbursable items and subconsultant fees, shall not exceed One Million, One Hundred Twenty -Six Thousand, Nine Hundred Fifty -Nine Dollars and no /100 ($1,126,959.00) without prior written authorization from City ( "Total Amended Compensation "). No billing rate changes shall be made during the term of this Agreement without the prior written approval of the City. 3.1 The Total Amended Compensation reflects Consultant's additional compensation for additional services to be performed in accordance with this Amendment No. Four, including all reimbursable items and subconsultant fees, in an amount not to exceed Eighty -Four Thousand, Nine Hundred Seventy -Two Dollars and no /100 ($84;972.00), without prior written authorization from City. 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement as amended shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. Four on the dates written below. APPROVED AS TO FORM: OFFICE OF TH CITY ATTORNEY Date: By: Leonie Mulvihill Assistant City Attorney ATTEST: Date: By: 4 uyuw'� Leilani I. Brown City Clerk 000v1 CITY OF NEWPORT BEACH, A California municipal corporation Date: By: Michael F. Henn Mayor CONSULTANT: RBF CONSULTING, a California Co ora p6n Date: By: Gary L. W <entin, Vice President Date: 10/'241 /1 By: 0 Douglas J. ost. Executive Vice President and Chief Financial Officer Attachment: Exhibit A — Additional Services to be Performed EXHIBIT A Fop v CONSULTING June 30, 2011 Andy Tran, P.E. Senior Civil Engineer City of Newport Beach 3030 Newport Boulevard Newport Beach, CA 92663 Subject: Jamboree Road / SR -73 Bridge Widening Project — Addendum for Construction Support Services Dear Andy: JN 10- 104114.002 RBF Consulting (RBF) is submitting this addendum request for continued construction support services for the Jamboree Road /SR -73 Bridge Widening project in the City of Newport Beach. Our proposal includes the following Scope of Work and attached Task/Hour Breakdown and Fee Proposal. SCOPE OF WORK During the construction phase, RBF will continue to work closely with the City and its representative to assist and advise the City in order to minimize construction conflicts and to expedite project completion. Task 1 Shop Drawing and Submittal Review RBF will review submittals and shop drawings requested by the City or its representative. The review of shop drawings is assumed to include bridge working drawing submittals, construction contractor's submittals for substitutions, construction contractor's alternative construction approval, structural steel layout for structures, storm drain pipe, concrete mix design, traffic signal equipment, and others as required by the City or its representatives. The shop drawing scope assumes one review of each submittal and one back check of re- submittals. Incomplete submittals will not be accepted for initial review. Multiple reviews of re- submittals that do not adequately address the initial review comments are not included. The total fee paid for this task shall include full payment for shop drawing reviews as required for the project, excluding any Cost Reduction Incentive Proposal (GRIP) change orderwork. One hundred twenty four (124) hours is budgeted for this task. Task 2 4 -Scale Drawings RBF shall prepare a drafted Deck Contour Plot (otherwise known as 4- scale Plan) in accordance with Caltrans Memo To Designers 2 -2 and Bridge Design Details, Section 4 -10. The large scale plots will be prepared and delivered to the City for use by the Contractor during construction. Sixteen (16) hours is budgeted for this task. PLANNING i DESIGN ■ CONSTRUCTION 14725 Afton Parkway, Irvine, CA 926182027 a P.O. Box 57057, Irvine, CA 9261 &7057.949.472.3505 o FAX 949.472.8373 Offices located throughout California, Arizona B Nevada • www.R8F.mm Mr. Andy Tran June 30, 2011 Page 2 Task 3 Additional Drawings If requested by the City, RBF will prepare additional drawings and change -order supporting documents. Forty (40) hours is budgeted for this task. Task 4 Site Visits /Field Meetings RBF will visit the job site as requested by the City or its representative. Regularly scheduled construction observation or attendance at weekly meetings is specifically excluded from this scope of work. Forty five (45) hours is budgeted for this task. Task 5 Respond to Inquiries /Requests for Information (RFI's) RBF will provide response to contractor's requests for information (RFI's) about the plans and specifications forwarded by the City or its representative. This task includes conferring with the City's Resident Engineer /Construction Manager regarding the RFI as appropriate. One hundred thirty five (135) hours is budgeted for this task. Task 6 Change Order Preparation and Review Upon written authorization from the City, RBF will provide engineering design services for revisions to construction documents resulting from changed field conditions, construction methods, or other change order work. Change Order documentation and processing will be prepared by the City or its representative and is specifically excluded from this scope of work. Specific fee authorization is required from the City prior to commencement of work on each revision. Eighty (80) hours is budgeted for this task. Task 7 Record Drawings Following the completion and acceptance of the project, RBF will furnish the City with a complete set of revised full size reproducible as -built plans. Revisions will be based solely on as -built information provided by the City or its representative. RBF assumes no responsibility for the accuracy of the information provided by the City or its representative. One hundred (100) hours is budgeted for this task. Task 8 Electronic Submittal to Caltrans Following the completion and acceptance of record drawings, RBF will furnish Caltrans with a complete set of record drawings (hard copy and electronic format) in accordance with the Cooperative Agreement between Caltrans and the City. The scope does not include conversion of files from Microstation v7 format to Microstation v8 format. Electronic submittal to the Office Engineer (OE) is explicitly excluded from this task. A separate scope and fee will be provided if any of the above exclusions become a requirement by Caltrans One hundred (100) hours is budgeted for this task. Mr. Andy Tran June 30, 2011 Page 3 Reproduction Services and Other Expenses RBF will provide all reproduction services and other related expenses for RBF's work elements during construction. This includes all reprographics and photocopying for RFI's, revised plans, and shop drawings, and other in -house reproductions. $1,000 is budgeted for this task. The estimated budget for continued support services is $84,972. Professional services during this phase will be on a time and material basis. RBF looks forward to continuing to work with the City of Newport Beach on this important project. Please contact me at (949) 855 -3625 if you have any questions. Sincerely, Gary L. Warkentin Senior Vice President Transportation Planning cc: Carrie Davis, MS 415 Stefan Hoffmeister, MS 420 Janie Jenks, MS 130 H:lpdataV 01 041 WAdmiMcontmctW114 Scope of Wodc.d= JAMBOREE ROAD I SR -73 BRIDGE WIDENING PROJECT CONSTRUCTION SUPPORT TASK/HOUR BREAKDOWN v o 0 CONSULTING 6/30/2011 TASK TOTAL Hours $ 1 Shop Drawing and Submittal Review 124 18,152 2 4 -Scale Drawings 16 1,960 3 Additional Drawings 40 5,280 4 Site Visits/Field Meetings 45 6,400 5 Respond to Inquiries/Requests for Information (RFI's) 135 19,100 6 Change Order Preparation and Review 80 11,640 7 Record Drawings 100 10,720 8 Electronic Submittal to Caltrans 100 10,720 Reproduction Services and Other Expenses 1,000 TOTAL FEE 624 1 $84,972 H : \pdala\101041141Admin\conlracl \4114 Task Hour Breakdown.xlsx 7z4 AMENDMENT NO. THREE TO PROFESSIONAL SERVICES AGREEMENT WITH RBF CONSULTING FOR JAMBOREE ROAD WIDENING OVER SR 73 PROJECT THIS AMENDMENT NO. THREE TO PROFESSIONAL SERVICES AGFTEMENT ( "Amendment No. Three'), is entered into as of this � day of �j IA �q 2010, by and between the CITY OF NEWPORT BEACH, a California Municipal) Corporation ( "CITY "), and RBF CONSULTING, a California corporation whose address is 14725 Alton Parkway, Irvine, California 92618 ( "CONSULTANT "), and is made with reference to the following: RECITALS: A. On April 12, 2005 City and Consultant entered into a Professional Services Agreement ( "Agreement') for engineering services for the Jamboree Road widening over SR 73 project ( "Project'). B. On August 8, 2006, City and Consultant entered into Amendment No. One to the Agreement to increase the scope of work and increase the total compensation ( "Amendment No. One "). C. On April 7, 2009, City and Consultant entered into Amendment No. Two to the Agreement to extend the term of the Agreement to December 31, 2011 ( "Amendment No. Two "). D. City desires to enter into this Amendment No. Three to reflect additional services not included in the Agreement or prior Amendments, to extend the term of the Agreement, increase the total compensation and update various standard terms to the Agreement. E. City and Consultant mutually desire to amend the Agreement, as provided below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement and Section 1 of Amendment No. Two shall be amended hereby and the following is substituted in its entirety: The term of the Agreement shall terminate on December 31, 2012, unless terminated earlier as provided for in Agreement. 2. SERVICES TO BE PERFORMED Section 2 of the Agreement and Section 1 of Amendment No. One shall be be supplemented to include the Scope of Services dated June 7, 2010 which is Page 11 attached hereto as Exhibit 'A' and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. COMPENSATION The introductory pargraph to Section 4 of the Agreement and Section 2 of Amendment No. One shall be amended hereby and the following is substituted in its entirety: 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 total amended compensation for all work performed in accordance with this Agreement and all prior amendments, including all reimbursable items and subconsultant fees, shall not exceed One Million Fourty One Thousand, Nine Hundred Eighty Seven Dollars and no /100 ($1,041,987.00) without prior written authorization from City ( "Total Amended Compensation "). 3.1 The Total Amended Compensation reflects Consultant's additional compensation for additional services to be performed in accordance with this Amendment No. Three, including all reimbursable items and subconsultant fees, in an amount not to exceed One Hundred Three Thousand, Five Hundred Sixteen Dollars and no /100 ($103,516.00), without prior written authorization from City. 4. ADMINISTRATION Section 6 of the Agreement shall be amended to refect Andy Tran, Senior Civil Engineer, or his designee as the Project Administrator for the Public Works Department. 5. HOLD HARMLESS Section 9 of the Agreement shall be amended hereby and the following is substituted in its entirety: 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, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to 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. Page 12 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 attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 6. INSURANCE Section 14 of the Agreement shall be amended hereby and the following terms are substituted in their entirety. 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. A. Proof 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. 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 contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Consultant shall procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Consultant, his agents, representatives, employees or subconsultants. The cost of such insurance shall be included in Consultant's bid. B. 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. C. Coveraqe Requirements i. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least one million dollars ($1,000,000)) for Consultant's employees in accordance with the laws of the State of California, Section 3700 of the Labor Page 13 Code In addition, Consultant shall require each subconsultant to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subconsultant's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (ten (10) calendar days written notice of non- payment of premium) prior to such change. 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. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. iv. Professional Liability (Errors & Omissions) Coverage. 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) limit per claim and in the aggregate. D. Other Insurance Provisions or Requirements. The policies are to contain, or be endorsed to contain, the following provisions: i. 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 and insurance clauses from each of its subconsultants. ii. Enforcement of Contract Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non - compliance with any requirement imposes Page 14 no additional obligations on the City nor does it waive any rights hereunder. iii. 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. iv. Notice of Cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. E. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suts instituted that arise out of or result from Consultant's performance under this Agreement. F. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 7. CLAIMS The Consultant and the City expressly agree that in addition to any claims filing requirements set forth in the Agreement and Agreement documents, the Consultant shall be required to file any claim the Consultant may have against the City in strict conformance with the Tort Claims Act (Government Code sections 900 et seq.). 8. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement and all prior amendments shall remain unchanged and shall be in full force and effect. Page 15 IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. THREE on the date first above written. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: 1:"� MyneVe'Beauehamp Assistant City)Attorney ATTEST: By: IAQ V YUWY�� Leilani I. Brow City Clerk CITY OF NEWPORT BEACH, A California Municipal Corporation By: &.l ave Kiff I \� City Manager CONTRACTOR: RBF CONSULTING, a California corporation By:�_ Gery L. Warkentin, Vice President By: Doug as J. Frost, Exeg tive Vice President and Chief Financial Officer Attachments: Exhibit A — Additional Services to be Performed Exhibit B — Schedule of Billing Rates f.\users \pbw \shared \agreements \fy 09- 10\streets & drainage \jamboree bridge widening over st. rte 73\rbf\amend 3 ksp.docx Page 16 EXHIBIT A EXHIBIT A Ian man M CONSULTING June 7, 2010 Mr. Andy Tran Senior Civil Engineer CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, CA 92663 JN 10- 104114.002 Subject: Addendum Request for Consulting Services for SR -73 /Jamboree Road Overcrossing Contract No. 3724 Dear Andy: RBF Consulting (RBF) is submitting this contract addendum request to provide additional engineering services to the City of Newport Beach in conjunction with the SR -73 /Jamboree Road Overcrossing Project. Our contract addendum request includes the following tasks and budgets: Task 10.15 Highway Planting and Irrigation Plans RBF will incorporate all Landscape and Irrigation Plan changes per City of Newport Beach comments dated April 29, 2010 to include changes to proposed planting materials and irrigation improvements. RBF will coordinate with the City to locate an irrigation service point for the south Jamboree Road median and will incorporate the changes in Plans, Specifications, and Engineer's Estimate. The budget for this task is $4,688. Task 10.16 Electrical —Traffic Signals RBF will incorporate the Signal and Lighting Plan changes including adding new signal poles and heads, pedestrian heads, battery backup systems, and updating the Pole and Equipment Schedules and Construction Notes per City of Newport Beach comments dated April 29, 2010. RBF will revise the Specifications and Engineer's Estimate. The budget for this task is $5,778. Task 12 Final Cost Estimate RBF will coordinate with the City on any additional bid items that need to be added as a result of the updated Caltrans special provisions and revised plans. The budget for this task is $1,304. Task 13 Special Provisions RBF will update the Caltrans approved technical specifications and incorporate all revised Caltrans special provisions into the overall Final specification package. RBF will download revised Caltrans special provisions from the Caltrans website and make appropriate edits to the general special provision language to verify compatibility with the Caltrans Standard Specifications. This task will be initiated when directed by the City approximately 2 months in advance of when the project is advertised for bidding. The budget for this task is $5,216. PLANNING ■ DESIGN ■ CONSTRUCTION 14725 Alton Parkway, Irvine, CA 92618 -2027 a P.O. Box 57057, Irvine. CA 92619 - 7057.949.472.3505 ■ FAX 949.4721373 Offices located throughout California, Arizona 8 Nevada • www.RBF.com Mr. Andy Tran June 7, 2010 Task 15 Utility Coordination RBF will reinitiate coordination efforts with Southern California Edison (SCE), Irvine Ranch Water District (IRWD), AT &T, and Cox Communication to adjust or relocate facilities during construction. RBF will prepare a Relocation Claim Letter, Notice to Owner, and Report of Investigation for each utility owner per Caltrans requirements. RBF will coordinate with Overland, Pacific & Cutler, Inc to process the Right of Way Certification with Caltrans. The budget for this task is $9,780. Task 22 Bidding Phase /Contract Documents RBF will provide construction bidding phase services during the contract advertising period as follows: • Attend pre -bid meeting • Log questions and responses to bidders' questions regarding the bid documents. • Evaluate need for addendum to bid documents to answer questions raised and prepare addendum if required. Consultant shall provide: a. One (1) complete set of original plans b. One (1) complete set of original plans (electronic copy) c. One (1) set of original specifications (hard copy) d. One (1) set of original specifications (electronic copy) This task excludes an electronic submittal to Caltrans. An additional scope and fee will be provided if an electronic submittal to Caltrans is required. The budget for this task is $6,400. Task 23 Engineering Support Services During Construction RBF will provide civil and structural engineering support services during the construction of the roadway and bridge widening improvements. All services will be subject to the request, direction, and authorization of the City. It is anticipated that the engineering support services may include the following tasks: Pre - Construction and Field Meetings Shop Drawing Review Response to Requests for Information (RFI) Change Order Review Plan Revisions /Processing During Construction Certification and Quantity Verification Record Drawings The budget for this task is $68,350. Reimbursable Expenses RBF will provide all reproduction services, and other related expenses for the project. This includes all reprographics and photocopying for submittals, all photocopying for progress plots, quality control check plots, and in -house reproductions. The budget for this task is $2,000 Mr. Andy Tran June 7, 2010 RBF is requesting an addendum to our existing purchase order in the amount of $103,516. We are prepared to begin upon your notice to proceed. Please feel free to contact me at (949) 855 -3625, if you have any questions regarding the proposed work program or associated fees. RBF will complete the PS &E tasks described above on a time and materials basis invoiced monthly in accordance with the attached Hourly Rate Schedule. Sincerely, ���OSGUIi/i�� Gary L. Warkentin Vice President Transportation Planning cc: Stefan Hoffineister, MS 420 Carne Davis, MS 415 H:%pdata \10104114Wdmin \addendum \cNB addendum no. 02 scope 02 5- 25- 10.doc EXHIBIT B EXHIBIT B HOURLY RATE SCHEDULE Effective January 2010 through December 2012 OFFICE PERSONNEL $1 Hr. SeniorPrincipal ......................................................... ............................... ........................$245.00 Principal............................................................................................ ............................... 225.00 ProjectDirector .......................................................... ............................... .........................215.00 SeniorProject Manager ................................................ ............................... .........................200.00 ProjectManager .......................................................... ............................... .........................195.00 StructuralEngineer ...................................................... ............................... .........................195.00 TechnicalManager ...................................................... ............................... .........................180.00 SeniorEngineer ........................................................... ............................... ........................ 1.63.00 SeniorPlanner ............................................................ ............................... .........................163.00 ElectricalEngineer ....................................................... ............................... .........................156.00 LandscapeArchitect ..................................................... ............................... .........................150.00 SeniorGIS Analyst ....................................................... ............................... .........................150.00 ProjectEngineer .......................................................... ............................... .........................148.00 ProjectPlanner .............................................................................. ............................... .......148.00 Environmental Specialist ............................................... ............................... .........................138.00 Design Engineer /Senior Designer/ Mapper ......................... ............................... .........................135.00 GISAnalyst ................................................................ ............................... .........................122.00 Designer / Planner ......................................................... ............................... .........................118.00 Project Coordinator ...................................................... ............................... .........................110.00 GraphicArtist ................................................................ ............................... .........................97.00' Environmental Analyst/Staff Planner ................................. ............................... ..........................97.00 DesignTechnician ........................................................ ............................... ..........................97.00 Assistant Engineer / Planner ............................................. ............................... ..........................93.00 PermitProcessor .......................................................... ............................... ..........................83.00 Engineering Aid/Planning Aid ........................................... ............................... ..........................75.00 Office Support/ Clerical ................................................. ............................... ..........................63.00 FIELD PERSONNEL 2- Person Survey Crew ................................................ ............................... ........................$245.00 1- Person Survey Crew ........................................................................ ............................... ..155.00 LicensedSurveyor ...................................................... ............................... .........................175.00 FieldSupervisor ........................................................ ............................... .........................172.00 CONSTRUCTION MANAGEMENT PERSONNEL Construction Manager .................................................. ............................... ........................$185.00 Resident Engineer /Project Manager ................................. ............................... .........................154.00 Senior Construction Inspector ........................................ ............................... .........................123.00 ConstructionInspector .................................................... ............................... .........................118.00 Field Office Engineer .................................................... ............................... .........................110.00 Construction Technician ................................................ ............................... ..........................95.00 Note: Blueprinting, reproduction, messenger service and other direct expenses will be charged as an additional cost plus 15 %. A Sub - consultant Management Fee of fifteen- percent (15 %) will be added to the direct cost of all sub - consultant services to provide for the cost of administration, sub - consultant consultation and Insurance. Vehicle mileage will be charged as an additional cost at 0.60 per mile. C -31D f AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH RBF CONSULTING FOR THE JAMBOREE ROAD WIDENING OVER SR 73 THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is entered into as of this Jill day of "A]I - , 200 , by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ("CITY'), and RBF Consulting, a California Corporation, whose address is 14725 Alton Parkway, Irvine, California, 92618 -2027 ( "CONSULTANT "), and is made with reference to the following: RECITALS: A. On April 12, 2005, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for professional engineering services for the Jamboree Road Widening Over SR 73 project, hereinafter referred to as "PROJECT ". B. CITY and CONSULTANT have entered into 1 separate AMENDMENT of the AGREEMENT, which was dated August 8, 2006. C. CITY desires to enter into this AMENDMENT NO. 2 to extend the term of the AGREEMENT to December 31, 2011. D. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 2, as provided here below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. The term of the AGREEMENT shall be extended to December 31, 2011. 2. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 2 on the date first above written. APPROVED AS TO FOR, By: 1 ynef(e D�beauc6amp Assistant Cityigttorney for the City of Newport Beach ATTEST: By: � AMA. y Leilani Brown, City Clerk CITY OF N A Municipa PyNic Works Director for t* City of Newport Beach CONSULTANT: By: Aw (9 rporate Officer)1 Title: 6// 101-Ap L%H7 Print Name: -eaft1_7 By: ( manci I Officer) Title: Print Name: voce a LA--, -1. �,E'6,57' Attachment: Exhibit A — Scope of Services and Schedule of Billing Rates CONSULTING March 10, 2009 Mr. Andy Tran CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, CA 92663 JN 10- 104114 Subject: SR -73 / Jamboree Road PS &E Addendum Request No. 2 — Exhibit "A" Dear Andy: Please extend the date of our contract for SR -73 /Jamboree Road PS &E to December 2011. All other terms and conditions remain in effect. Sincerely, Gary L. Warkentin Vice President Transportation Planning H: Wata \10104114\Admin\cortespndnc \Tran 3- 10 -09.doc PLANNING ® DESIGN 31 CONSTRUCTION 14725 Alton Parkway, Irvine, CA 92618 -2027 a P.O. Box 57057, Irvine, CA 92619 -7057 a 949.472.3505 a Fax 949.472.8373 HOURLY RATE SCHEDULE Effective January 2005 OFFICE PERSONNEL $1 Hr. SeniorPrincipal ............................................................................. ............................... ........................$215.00 Principal......................................................................................... ............................... .........................195.00 ProjectDirector ............................................................................... ............................... .........................175.00 ProjectManager ............................................................................. ............................... .........................152.00 StructuralEngineer ......................................................................... ............................... .........................152.00 ElectricalEngineer ......................................................................... ............................... .........................134.00 Senior Engineer /Senior Planner ..................................................... ............................... .........................135.00 LandscapeArchitect ....................................................................... ............................... .........................123.00 Project Engineer /Project Planner ................................................... ............................... .........................116.00 EnvironmentalSpecialist ................................................................ ............................... .........................112.00 CorrosionEngineer ........................................................................ ............................... .........................112.00 Design Engineer /Senior Designer/ Mapper ..................................... ............................... .........................108.00 Designer / Planner ....................................................................................................... ............................... 94.00 GISAnalyst ...................................................................................... ............................... ..........................90.00 GraphicArtist ................................................................................... ............................... ..........................80.00 Environmental Analyst/Staff Planner ............................................... ............................... ..........................80.00 DesignTechnician ........................................................................... ............................... ..........................78.00 AssistantEngineer / Planner ............................................................. ............................... ..........................74.00 Engineering Aid /Planning Aid .......................................................... ............................... ..........................60.00 FIELD PERSONNEL 2- Person Survey Crew ......' ........................................................... ............................... ........................$200.00 1- Person Survey Crew .......................................................................................... ............................... 145.00 FieldSupervisor ........................................................................... ............................... .........................138.00 CONSTRUCTION MANAGEMENT PERSONNEL Construction Manager .................:. ............................. ............................... ................... ........................$150.00 Resident Engineer /Project Manager ............................................... ............................... .........................127.00 Senior Construction Inspect or ......................................................... ............................... ..........................98.00 Construction Inspector .................................................................... ............................... ..........................95.00 FieldOffice Engineer ....................................................................... ............................... ..........................90.00 Construction Technician .................................................................. ............................... ..........................78.00 OTHER SERVICES AND FEES PermitProcessor ................................................................................................... ............................... $95.00 ClericalfWordProcessing... ......... .................................................................................... ..................... 50.00 Consultation Relative to Legal Actions ......................................... ............................... .........................270.00 VehicleMileage ................... .............................................................................................................. 0.50 /mile Note: Bluepdnling, reproduction, messengerservice and otherdirectexpenseswill becharged as an additional cost plus 15 %. ASub: nsulianl Manag¢menl Fee of fifteen- percent (15 %) will be added to ire direct mat of all sO- consultanl services to provide forthe mat of administration. sub-consultant consultation and Insurance. SR -73 /Jamboree Road Overcrossing Project Team H: 1pdata1101041141Admin lreportsTroject Team.doc Hourly Name /Registration Team Role Classification Rate Gary Warkentin Principal /Project Manager Project Director $175 Jeff Fromhertz, PE Project Engineer Senior Engineer $135 Greg Rende, PE Structural Engineer Structural Engineer $152 Jessica Mosquera, PE Bridge Design Project Engineer $135 Sal Sheikh, PE Bridge Special Provisions Senior Engineer $152 Patty McNab Preliminary Design Senior Designer $94 Bruce Grove, REA, CEI Environmental Document Senior Planner $135 Richard Beck Environmental Document Environmental Analyst $80 J. Robert Crawford, PLS Survey /Right of Way Senior Principal $215 Mike Miller, PLS Survey /Right of Way Project Manager $152 Mark Bradley Survey /Right of Way Senior Mapper $108 Randy Ratzlaff, PE Roadway Design Senior Engineer $135 Trisha Keith, PE Roadway Design Project Engineer $116 John McCarthy, PE Hydrology /Drainage Project Manager $152 Carlos Ortiz, PE, TE, PTOE Traffic Senior Engineer $134 John Andrew, RLA Landscape Architecture Senior Planner $135 Kevin Michalski, PE Bridge Design Project Engineer $116 Divyesh Vora Bridge Technician Design Technician $78 Tihomir Kirilov Bridge Technician Design Technician $78 Jose Saldana Bridge Designer CADD Designer $94 H: 1pdata1101041141Admin lreportsTroject Team.doc C -31 aq AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH RBF CONSULTING FOR THE JAMBOREE ROAD WIDENING OVER SR 73 THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this &M day of -- h&16 , 2006, by and between the CITY OF NEWPORT BEACH, a municia' corporation, (hereinafter referred to as "City ") and RBF CONSULTING, a corporation, whose address is 14725 Alton Parkway, Irvine, California, 92618 -2027 ( "Consultant "), and is made with reference to the following: RECITALS A. On April 12, 2005, the CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "Agreement ", for professional engineering services for the Jamboree Road Widening over SR 73 hereinafter referred to as "Project ". This Agreement is scheduled to expire on December 31, 2008. B. City desires to enter into this Amendment No. 1 to reflect additional services not included in the Agreement. C. City desires to compensate Consultant for additional professional services needed for Project. D. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 1 ", as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 1. Consultant shall be compensated for services performed pursuant to this Amendment No. 1 according to "Exhibit A" dated April 3, 2006. 2. Total additional compensation to Consultant for services performed pursuant to this Amendment No. 1 for all work performed in accordance with this Amendment, including all reimbursable items and subconsultant fees, shall not exceed Fourteen Thousand Nine Hundred Eighty Eight Dollars ($14,988). 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: By: " Aaro C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: By, LaVonne Harkless, City Clerk CITY OF NEWPORT CH, A MZ1 C rpo a i By: for the City of Newport Beach CONSULTANT: RBF CONSULTING: NEW-W177/77"'O' 0Z Title: !/aE 0/-,q1 ✓,� Print Name: 6!;4-y C . 1 GL`d"/l� 0T t M ncia Title: Eki ✓c V. Print Name: Attachments: Exhibit A — Scope of Services and Billing Rate CONSULTING April 3, 2006 Mr. Bill Patapoff, City Engineer CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, CA 92663 EXHIBIT A JN 10- 104114.001 (Addendum No. 1) Subject: Addendum Request for Consulting Services for SR -73 /Jamboree Road Overcrossing Contract No. 3724 — Coastal Development Permit Processing Services Dear Bill: In accordance with your request, RBF Consulting (RBF) is pleased to provide the following Scope of Work and fee for preparation and processing of a Coastal Commission Coastal Development Permit application for the SR -73 /Jamboree Road Overcrossing project in the City of Newport Beach. Following is a description of the required tasks and budgets: Work Program Task 1: Project Coordination/ Meetings Project coordination shall include required correspondence or telephone calls between the Client and RBF. This item includes up to two (2) meetings with the client/project team or (as needed /directed) with California Coastal Commission (CCC) Staff. Task 2: California Coastal Commission Coastal Development Permit Application RBF will prepare a Coastal Development Permit (CDP) application package in accordance with requirements of the Califomia Coastal Commission. A CDP, or Exemption Letter, is required prior to construction activities. The submittal package will include: a) Standard Application with attachments, b) Site plans, c) vicinity maps, d) CEQA Documentation, and e) site photographs. Task 3: Permit Application Processing RBF shall provide regulatory services for the processing of the CDP application through the CCC. The processing shall include required correspondence or telephone calls between the reviewing staff related to the permit or points of clarification and coordination with the Project Team, where appropriate. This task includes coordination and attendance at the Coastal Commission Hearing, required for permit approval. Mr. Bill Patapoff Page Two Compensation RBF is prepared to begin work upon notification of contract approval. Processing of the CDP generally takes approximately 4 -6 months. Once a formal application is submitted to the CCC a formal schedule can be prepared. Due to the project's minor biological impacts, it is anticipated that processing can be expedited in specific application areas. Task Description Fee 1. Project Coordination /Meetings $2,360 2. California CDP Application $4,660 3. Permit Application Processing $7,368 Reimbursbles 600 Total Fees (Tasks 1 -3 including reimbursables): $14,988 Please contact me at (949) 855 -3625 or Richard Beck at (949) 855 -3687 if you have any questions regarding our proposed scope of services or associated fees. Sincerely, Gary L. Warkentin Vice President Transportation Planning cc: Emmet Berkery Richard Beck, RBF H:\ pdata \10104114%dmin\proposalWddendum Request.doc C -3Q1 q PROFESSIONAL SERVICES AGREEMENT WITH RBF CONSULTING FOR THE JAMBOREE ROAD WIDENING OVER SR -73 THIS AGREEMENT is made and entered into as of this la day ofC?RA 200, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and RBF CONSULTING, a California corporation whose address is 14725 Alton Parkway, Irvine, California, 92618 ( "Consultant'), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to widen the westerly side of Jamboree Road, including the bridge over SR -73, from MacArthur Boulevard to Bayview Way. C. City desires to engage Consultant to provide professional engineering services for the roadway and overcrossing improvements, including the preparation of a project study report, project report, environmental document, design, plans, specifications and estimate, and the provision of bidding assistance and construction engineering support services ('Project'). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project, shall be Gary L. Warkentin. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31st day of December, 2008, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Consultant shall perform the services in accordance with the Project Schedule included in Exhibit A. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Task/Hour Breakdown Schedule attached to the Scope of Services and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all Phase I and Phase 2 (Basic and Optional) services, and all reimbursable items and subconsultant fees, shall not exceed Nine Hundred Twenty -Three Thousand -Four Hundred and Eighty -Three Dollars and no /100 ($923,483.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in FA advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Hourly Rate Schedule attached hereto as Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Gary Warkentin to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: R A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently L performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and/or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and 5 progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed A under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. 7 F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to 1.1 Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. All improvement and /or construction plans shall be prepared with indelible waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with a minimum thickness of three mils. Consultant shall provide to City 'As- Built' drawings, and a copy of digital ACAD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright 0 infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such ics persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Bill Patapoff, City Engineer Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3311 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Attention: Gary Warkentin, Vice President RBF Consulting 14725 Alton Parkway Irvine, CA 92618 Phone: 949- 855 -3625 Fax: 949 - 837 -8007 28. TERMINATION 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 such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of 11 termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. 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. 12 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: 0' "C - / Aaron C. Harte -- Assistant City Attorney ATTEST: City Clerk cll c CITY OF NEWPORT B A Municipa) Vrporatioi for the City of Newport RBF CONSULTING: S. Robert Kallenbaugh President grit Gary . Warkentin Vice President Attachments: Exhibit A — Scope of Services Exhibit B — Schedule Hourly Rates f:\users\pbw\shared\agreements\fy 04-05\rbf-jamboree-SR-73.doc 13 SR -73 / Jamboree Road Ovei. rossing PSR /PR, Environmental Document and Final Design I47M0KI1 =36:x51 In this Section: H Project Methodology 0 Scope of Work ■ Schedule 2.1 Project Methodology The following detailed Scope of Work has been developed in accordance with the typical project design methodology and technical approach for Caltrans Combined Project Study Report/Project Reports. It is structured to clearly identify the required design elements and has been successfully used by RBF on previous projects. Project Management. This task includes overall project management, liaison with affected agencies, meeting leadership, progress monitoring and maintenance of project files. Agency Liaison. A number of agencies, organizations and consultants are involved in this project. An important consideration is to ensure that the key players are well coordinated and kept informed regarding issues status, resolution and schedule progress. RBF will lead the Project Team's effort and interface with agencies and other interested parties to facilitate project delivery. Quality Control. RBF will supervise, coordinate, monitor and review design for conformance with City of Irvine and other local agency, standards, policies and procedures. 2.2 Scope of Work PHASE I 1. Existing Data Research and Investigation Existing data will be researched, obtained and input into the project's CADD database as appropriate. Included are: Necessary right -of -way maps will be obtained from the City, County, and Caltrans. Property ownership from assessor records, assessor parcel numbers and parcel size will be researched. The right -of -way data will be 2 -1 Proposal For Transportation Consulting Services RW CONS ,. SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design graphically plotted onto the base maps. The area will be limited to parcels with potential right -of -way acquisitions. Field Review. Tbis task will include a reconnaissance of the existing conditions as they relate to the as -built and existing aerial mapping. Discrepancies will be noted and where possible, dispositioned. Photographs from the field reconnaissance will be assembled. 2. Aerial Topographic Mapping New aerial topographic mapping will be prepared at a metric scale of 1:500 with 0.5 meter contour intervals in accordance with Caltrans standards. This task includes field survey control, aerial photography and topographic compilation and CAD files in AutoCAD and Microstation. Mapping 3. Traffic Forecasts/ Operational Analyses Long -range traffic projections for 2030 will be obtained from the City. An analysis of intersection operations will be conducted utilizing existing and design year traffic projections using the HCM methodology and used as the basis for preliminary design. This taskwill include a Syncro and Sim Traffic analysis for the study area, similar to that recently prepared by RBF for the MacArthur Boulevard /Jamboree/Bowsprit analysis. 4. Preliminary Design Preliminary engineering geometric plans will be prepared for the roadway and overcrossing improvements at a metric scale of 1:500. Plan and profile will be prepared for the proposed overcrossing. The designs will include geometric descriptions, such as centerline bearing and radii; vertical grades and alignment; and limits of cut and fill slopes. Preliminary right -of -way needs will be determined and plotted on the Preliminary Geometric Layouts. The information shown on the maps will include: • Assessor Parcel Number e High Risk and Low Risk Utilities • Proposed Right -of -Way Lines • Limits of Access Control • Property Ingress Modifications • Local Roadway Modifications 2 -2 Proposal For Transportation Consulting services . CONSULTING As -Built Mapping. As -built maps of the freeway and adjoining roadways will be obtained from Caltrans and the City. «,' r Utility Information. Contacts with utility agencies /owners having i facilities within the project area will be made. Utilities, which may impact the project, will be plotted on the base plans. Planned utility improvements " r will be ascertained. The base maps will be forwarded to each utility Y. . ' +'tnnlne_a agency /owner for review, correction and certification of correctness. The utility research will be isolated to areas likely to be affected by the proposed overcrossing alternatives. Field Review. Tbis task will include a reconnaissance of the existing conditions as they relate to the as -built and existing aerial mapping. Discrepancies will be noted and where possible, dispositioned. Photographs from the field reconnaissance will be assembled. 2. Aerial Topographic Mapping New aerial topographic mapping will be prepared at a metric scale of 1:500 with 0.5 meter contour intervals in accordance with Caltrans standards. This task includes field survey control, aerial photography and topographic compilation and CAD files in AutoCAD and Microstation. Mapping 3. Traffic Forecasts/ Operational Analyses Long -range traffic projections for 2030 will be obtained from the City. An analysis of intersection operations will be conducted utilizing existing and design year traffic projections using the HCM methodology and used as the basis for preliminary design. This taskwill include a Syncro and Sim Traffic analysis for the study area, similar to that recently prepared by RBF for the MacArthur Boulevard /Jamboree/Bowsprit analysis. 4. Preliminary Design Preliminary engineering geometric plans will be prepared for the roadway and overcrossing improvements at a metric scale of 1:500. Plan and profile will be prepared for the proposed overcrossing. The designs will include geometric descriptions, such as centerline bearing and radii; vertical grades and alignment; and limits of cut and fill slopes. Preliminary right -of -way needs will be determined and plotted on the Preliminary Geometric Layouts. The information shown on the maps will include: • Assessor Parcel Number e High Risk and Low Risk Utilities • Proposed Right -of -Way Lines • Limits of Access Control • Property Ingress Modifications • Local Roadway Modifications 2 -2 Proposal For Transportation Consulting services . CONSULTING �Ew�4T SR -73 / Jamboree Road Overcrossing �° 1 PSR /PR, Environmental Document and Final Design or.� Impacts on existing utilities will be determined. Potential relocation cost estimates will be developed by RBF. The responsible agency will be identified and contacted. Probable utility relocations will be plotted. High and low risk utilities will be identified in accordance with Caltrans' Standards. Potential construction traffic impacts and potential mitigation ?measures will be identified. Mitigation measures may include recommendation of a Traffic Management Plan (TMP) or physical improvements. Conceptual construction staging/handling concept plans will be prepared to verify contractability and feasibility of traffic handling. The Project will be evaluated for necessary permit requirements. These permits may require mitigation actions, necessitating identification in the PSR/PR process. Agencies and entities requiring permits will be identified and where applicable, contacted to confirm permit requirements. 5. Advance Planning Study An Advance Planning Study will be prepared to identify the most feasible type and most cost - effective structure for the SR -73 /Jamboree Road Overcrossing widening. Careful consideration will be given to the clearance of the existing and future SR -73, span lengths, structure depths, column locations, approach slabs, falsework requirements, existing retaining wall and other controls. Tc ensure that traffic handling is given proper consideration in the early design stages, traffic handling and falsework assumptions will be identified including falsework openings during construction. 6. Preliminary Geotechnical Assessment Conduct preliminary geotechnical evaluation of the site. The evaluation will be based on a review of existing data and initial site reconnaissance and will not require field investigations, borings or testing. The primary sources of geotechnical data will be Log of Test borings sheets for the existing structures, and published geologic maps and reports. Neither detailed materials reports or foundation reports will be required in the PSR/PR phase. 7. Storm (Mater Data Report In accordance with the Project Planning and Design Guide dated September 2002, a Storm Water Data Report (SWDR) shall be prepared for this project. The SWDR will be prepared as a first order of work during the PANED phase based on the Build Alternative presented in this PSR/PR. Specific objectives of the SWDR: a. Define storm water quality issues and pollutants of concern. b. Form the Project Development Team (PDT), including the District/Regional National Pollutant Discharge Elimination System (NPDES) Storm Water Coordinator. 2 -3 Proposal For Transportation Consulting Services CONSULTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design 4�EW�'� 0 0 ,x o.�.. C. Evaluate a potential storm water impacts. d. Develop a list of potentially feasible permanent storm water Design Pollution Prevention and Treatment BMP's to be evaluated during later phases of project design. e. Develop the preliminary costs for BMPs and the associated right -of- way costs for incorporating BMPs. f. Discuss the project with the Regional Water Quality Control Board (RWQCB) and local agencies, if advised by the District/Regional NPDES Storm Water Coordinator or requested by the RWQCB. g. Program the project construction costs, costs for right -of -way associated with construction, and storm water quality related costs. h. Perform and document in the field review and research of other projects in the same general area. The SWDR will be signed by the Project Engineer, the District/Regional Design Storm Water Coordinator, the designated Landscape Representative, the designated Maintenance Representative, and approved by the Project Manager to verify that storm water quality design issues have been addressed, and the data is complete, current, and accurate. 8. Draft Project Study Report/Project Report (PSR /PR) A draft PSR/PR will be prepared in accordance with 7th (or latest) Edition of the Caltrans Project Development Procedures Manual. Project costs will be developed in conformance with Caltrans Guidelines. Cost estimates will be prepared on a unit price basis using the Caltrans format. Structural cost estimates will be developed as part of the Advance Planning Studies and incorporated within the overall cost estimate. Separate costs for right -of -way and utility relocations will also be included. The draft PSR/PR will be circulated for oversight review comments. . Caltrans will circulate internally for functional group review and comments. The PSR/PR will also be circulated to the PDT and other affected agencies. 9. Prepare Fad Sheet (Mandatory and Advisory) Exceptions to design standards will be prepared detailing nonstandard design elements of the overcrossing. These will be prepared in close coordination with and reviewed by Caltrans. Revisions will be made as appropriate and the final design exception documentation will be prepared 10. Preliminary Environmental Analysis Report (PEAR) A Preliminary Environmental Analysis Report (PEAR) will be prepared identifying the necessary level of technical assessment required to identify and support the appropriate environmental documentation for the project. The PEAR is intended to summarize specific critical environmental issues that may affect project approval, programming, scheduling, design considerations, and project costs. As part of the PEAR process, RBF will participate in an early coordination meeting with Caltrans, conduct a field z -a Proposal For Transportation Consulting Services RW CONSULTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design visit with Caltrans staff and will initiate informal consultation with affected local and State agencies. The PEAR will provide a cursory level review, examining potential environmental issues associated with the project, including traffic, historic resources, visual resources, water quality, air quality and noise (including air quality conformity review with the STIP), potential displacement/relocation of businesses and /or residences, hazardous materials, temporary and long- term effects upon local streets and circulation, and construction - related effects. Environmental issues that may require further detailed study or that may delay or affect the viability of the proposed project will also be identified. The most appropriate ED (anticipated to be a Categorical Exemption), processing procedures and schedule will also be identified. The resultant PEAR will become the work scope for the required CEQA compliance documentation. Additional technical analyses may be required as documented in the PEAR, and /or may be satisfied through technical memoranda or screening level analyses. RBF will coordinate with the City and Caltrans to discuss the scope of the required technical studies, the format and content of the technical studies, and the procedures for processing the CE for review and approval. 11. Environmental Studies 11.1 Project Kick -Off and Project Description Our work program will be initiated with the kick -off meeting/discussion that will define the parameters of the analysis, scheduling and understanding of the project. A critical initial step will be to accurately define the project description. Based upon concept plan information and supporting data, RBF will draft a preliminary project description for review and approval by the City and Caltrans staff. For the purpose of this proposal, RBF has assumed that the technical studies identified within the following Tasks will provide the necessary evaluation to satisfy CEQA requirements. 11.2 Research and Investigation RBF will evaluate the necessary information with respect to the proposed project. Project research will include coordination with appropriate City Departments to acquire relevant environmental data, project plans previous studies for the area and other available files, exhibits, maps and reference documents. RBF's review all available information to determine what additional information will be necessary to complete the environmental phase of the project. The initial investigation will include a site visit, review of existing land uses and environmental conditions and a photographic recording of on -site and surrounding uses. 2 -5 Proposal For Transportation Consulting services CONSULTING SR -73 / Jamboree Road Overcrossing o ° PSR /PR, Environmental Document and Final Design 11.3 Phase I Initial Site Assessment RBF will prepare a Phase I Initial Site Assessment (ISA) in accordance with ASTM Standard Practice 1527 -00 and the Caltrans Project Development Manual to determine if the proposed project area has been compromised by hazardous materials or wastes. The ISA will be prepared based on the following objectives: (1) evaluate the potential for hazardous materials on the site based upon readily discernible and /or documented present and historic uses of the property and uses immediately adjacent to the site, and (2) generally characterize the expected nature of hazardous materials that may be present as a result of such uses, within the limits imposed by the scope of the assessment. Materials that may constitute a hazardous waste include, but are not limited to petroleum products, pesticides, organic compounds, heavy metals, or other compounds injurious to human health and the environment. Field samples and laboratory analysis are not proposed, although they will be recommended where appropriate. 11.4 Historic Resources Cultural Resources Records Search. Obtain a cultural resources records search from the South Central Coastal Information Center ( SCCIC) at California State University, Fullerton. The SCCIC is the state - designated repository for records concerning cultural resources in Orange County. The records search will provide information on known cultural resources and on previous cultural resources investigations within one -mile of the project. Data sources that will be consulted at the SCCIC include archaeological site and artifact records, historic maps, reports form previous studies, and the state's Historic Resource Inventory (HRI) for Orange County, which contains listings for the National Register of Historic Places (NRHP), California Register of Historic Resources (CRHR), California Historical Landmarks (CHL), and California Points of Historical Interest (CPHI) properties. The County of Orange's Historical Sites Inventory will also be consulted. In accordance with Caltrans guidelines, augment the records search by contacting the Native American Heritage Commission (NAHC) in Sacramento regarding the potential for special Native American resources near the project area. The NAHC will be asked to provide a list of Native Americans in the local area who may be contacted in regard to resources in the vicinity. Archaeological Field Survey. Conduct a reconnaissance archaeological/ historical field survey of the project area. Any and all soil exposures will be visually examined for evidence of prehistoric (Native American) or historic (Non - Native American) archaeological materials. The general area of the project will also be examined for other potential historical resources such as buildings, structures, bridges, or walls. Any previously unrecorded resources identified during the survey will be recorded on State of California DPR 523 forms to meet Caltrans and Office of Historic Preservation (OHP) standards. Proposal For Transportation Consulting services CONSULTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design 11.5 Screening Air Quality Assessment Regional Conformity/ Project Consistency Determination. Perform a review of the project's consistency with the SCAQMD AQMP to determine if the project meets Federal Conformity requirements as set forth by the Clean Air Act (CAA) Amendments. RBF will coordinate with the Southern California Association of Government (SCAG) to formally verify that the project is included within the currently conforming Regional Transportation Plan (RTP) and Regional Transportation Improvement Program (RTIP). Short -Term Construction Impacts. Discuss potential project short - term impacts upon climate and air quality, focusing on temporary construction dust and exhaust emissions. This Section will also include a comprehensive analysis evaluating construction equipment and worker vehicle- related emissions for the project construction phase. The construction emissions will be calculated using the URBEMIS2002 computer model, which is based on the generation factors adopted by the California Air Resources Board (CARB). The development will then be compared to the established pollutant thresholds for the South Coast Air Basin (SoCAB) to determine if thresholds are exceeded and mitigation is necessary. For those thresholds, which are exceeded, RBF will recommend mitigation measures based on the criteria provided in the URBEMIS2002 model with the intent to reduce any potential impacts to less than significant levels. The reduction of emissions from implementation of mitigation measures will be quantified in the study. PM10 Qualitative Analysis. Prepare a qualitative level PM10 evaluation consistent with Caltrans PM10 protocol requirements for operational emissions. This section will be completed detailing the methodology and conclusions of the screening -level analysis. 11.6 Biological Constraints Survey Prepare a Biological Constraints Survey. The analysis of the impact area of the proposed project will include a review of the available information regarding the project site and other document as appropriate. A literature review will be conducted to identify special status species listed, by the state, federal, and local resource agencies and organizations, and have potential to occur on the project site that may be subject to direct and indirect impacts of project implementation. A general walkover survey will be conducted. Vegetation types will be mapped to identify and describe the extent and distribution of various vegetation types on the project site, including any special status vegetation types. A description of the existing quality and species composition of the vegetation types on the project site will be compiled based upon observations and field notes taken during he survey. A representative listing of plant and wildlife species that occur on the project site will be compiled in the field notes during survey observations. 2 -7 Proposal For Transportation Consulting Services CONSULTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design Focused surveys for special status plant and wildlife species are not included within this scope of work. The report will make recommendations as to which species may require additional surveys based on the concerns of state, federal and local resource agencies, and the presence of suitable habitat on the project site. Upon completion of the field survey, a letter report will be de4eloped based on the results of various biological surveys, analysis, and data compilation described above. The report will describe: (1) the methodology used to conduct the biological survey; (2) the existing vegetation types and associated wildlife resources on the project site; (3) the potential of the site to support special status biological resources; (4) potential direct and indirect impacts on the biological resources; and (5) conceptual mitigation options. 12. Categorical Exemption (CE) Prepare and process a Categorical Exemption (CE). Deliverables: • HRC • Initial Site Assessment • Screening Air Quality Assessment • Biological Constraints Survey • Categorical Exemption 13. Final Project Study Report/ Project Report (PSR /PR) RBF will provide project team coordination during the review and approval process for the Final PSR/PR. Comments will be addressed and revisions made as appropriate. Obtain Caltrans approval for Final PSR/PR and provide copies of approved and signed Final PSR/PR. 9 -s Proposal For Transportation Consulting Services CONSULTING 14. Meeting Attendance RBF will lead the monthly meetings of the PDT. The PDT will guide the project in accordance with the Caltrans Project Development Procedures Manual. RBF will arrange meetings, provide discussion materials and agendas and develop and distribute meeting notes. RBF will document all project decisions and distribute correspondence copies to all Project Team members as appropriate. A budget for seven (7) PDT meetings is included in this task. PL N 15. Project Management and Coordination yCHECK This task includes overall project management, liaison with affected agencies, PDT leadership, progress monitoring and maintenance of project files. A number of agencies, organizations and consultants are involved in this project. An important consideration is to ensure that the key players are well coordinated and dept informed regarding issue status, resolution and schedule progress. RBF will lead the PDT's effort and interface with agencies and other firms to facilitate project delivery. RBF will supervise, 9 -s Proposal For Transportation Consulting Services CONSULTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design coordinate, monitor and review design for conformance with Caltrans and local agency standards, policies and procedures. PHASE 2 — FINAL PLANS, SPECIFICATIONS AND ESTIMATES (PS &E) 1. Design Surveys RBF will provide surveying to facilitate the preparation of the design documents and shall submit all design survey calculations and notes to the City. As a minimum, notes and calculations used to compile topographical information and the culture notes indicating specific locations of all existing facilities and obstructions within the project right -of -way shall be submitted. Survey shall include locations of centerline monuments for determination of the roadway right -of -way. This task assumes that sufficient centerline monuments exist in order for the survey to be completed. If additional surveys are required to complete the survey due to a lack of viable existing monumentation, Client and RBF will review the status of the survey to determine whether additional fee authorization to complete the survey is appropriate. This scope specifically excludes the re- establishment of any lost or destroyed monuments identified prior to the start of construction. All monuments shall be shown on the plans. A. Cross Sections RBF will provide topographic cross sections of the west side of Jamboree Road at 20 meters intervals from MacArthur Boulevard to 500m south of Bristol Street North. Cross sections shall include horizontal and vertical locations of curbs, flowlines, walkways, grade breaks, centerlines, above ground utility appurtenances, manholes, major signs, trees with trunk diameters larger than 6 inches, power poles, culverts, headwalls, catch basins and crass gutters. A detailed Survey of the bridge undercarriage shall include bottom of soffit grades, location and dimensions of accessible bents, abutments and cut -off walls and elevations of the freeway surface immediately under the overcrossing. The basis of horizontal control shall be North American Datum 1983 as published by the County of Orange. The basis of vertical control shall be North America Vertical Datum of 1929 as published by the County of Orange. Traffic control shall be provided in accordance with Caltrans Standard Plans for any lane or shoulder closures that will be required to collect supplemental survey data along the state highways. RBF will obtain necessary encroachment permits for all traffic control and survey work on State Highways. 2 -9 Proposal For Transportation Consulting services CONSULTING SR -73 / Jamboree Road PSR /PR, Environmental Document and Final Design All topography shall be electronically field data collected and detailed on a hardcopy back up and field notes. B. Utility Pothole Surveying RBF will also provide horizontal and vertical locations for up to twelve (12) utility potholes. 3 C. Data Processing and Deliverables RBF will data process all topography in AutoCAD and Microstation. Linestyles will be per City of Newport Beach electronic file criteria. Text annotation will be stored in layers separate from the graphic elements. An AutoCAD and Microstation file, layering, linestyle and color specification will be provided by RBF to the Client, if requested. The topographic map shall include the basis of horizontal and vertical control, North arrow, date of survey, Survey Crew Chief review and sign off, notes and details Deliverables shall include digital files formatted in AutoCAD LDD2. Deliverables • Design Survey Data 2. Right -Of -Way Surveys / Constraint Mapping RBF will perform research and investigation of existing record data at the offices of the County of Orange, City of Newport Beach, Caltrans District 12, and others as required to locate the appropriate information needed to prepare a Constraint Map and perform the necessary field boundary surveys. The Constraint Map will show the project boundary as compiled from maps and documents of record, easements of record, as -built drawings and existing utilities based upon research and up -to -date title reports provided by the City. RBF will request the California Department of Transportation to monument existing right -of -way lines as needed. RBF will then locate said right -of -way monument along with existing centerlines and property corners to establish the ownership lines adjacent to the planned property takes needed to construct the proposed improvements. This task assumes that sufficient monumentation will be locatable in order for the survey to be completed. if additional surveys are required to complete the survey due to a lack of viable existing monumentation or failure of the State to provide for monumentation in a timely manner, Client and RBF will review the status of the survey to determine whether additional fee authorization to complete the survey is appropriate. Proposal For Transportation Consulting Services u CONSULTING SR -73 / Jamboree Road PSR /PR, Environmental Document and Final Design Deliverables • Electronic Constraint Mapping information for use in designing subject improvements (no formal "hard copy" is to be issued) 3. Geometric Approval Drawings (GAD) RBF will prepare 1:500 metric scale geometric approval drawings (GAD) in accordance with Caltrans plan preparation criteria for GAD. The GAD shall include existing topographic and planimetric mapping, approximate right -of -way acquisition lines, center lines, calculated geometric layouts, typical sections, and a preliminary Title Sheet. This task ensures a clear understanding of the more detailed design elements of the project by all Project Team Members and is instrumental in identifying key design parameters that may not be known at the level of detail for a Project Report. RBF will design roadway geometry including horizontal and vertical geometry the proposed widening. RBF will determine conceptual contour grading for establishing preliminary right -of -way limits for use in right -of -way delineation plans. RBF will develop typical cross sections to illustrate lane and shoulders in the lane configurations and other basic cross sectional data. Submittal of the GAD will be concurrent with the submittal of the Structure Type Selection and General Plan. Note that the Engineering Service Center (ESC) will not schedule the Type Selection meeting prior to GAD approval. Both the GAD and Structure Type Selection will be submitted to Caltrans and the City for review and approval. The final design will proceed with the approval by Caltrans and the City. Deliverables • Geometric Approval Drawing 4. Preliminary Landscape Design Concept Plan , RBF will prepare conceptual landscape plans at 1:500 metric scale based on criteria established by the City of Newport Beach and Caltrans. This task shall include conceptual planting of graded parkway areas, research and investigation, meeting attendance at one (1) landscape concept meeting with the City of Newport Beach and Caltrans, and preliminary cost estimate preparation. Deliverables • Conceptual Landscape Plan (1:500 metric scale strip map) 2 -11 Proposal For Transportation Consulting Services CONSULTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design Supplemental Design Exception Reports RBF will prepare a supplemental Fact Sheet and a supplemental Advisory Design Exception Report, if applicable, for any additional non - standard mandatory or advisory design standards that were not identified in the PSR/PR phase of the project. Deliverables • Supplemental Design Exception Reports 6. Bridge Type Selection/ Retrofit Strategy Report Prepare General Plan for the SR -73 Overcrossing based upon the Advance Planning Study contained in the approved PSR/PR. Consideration shall be given to spanning all existing travel lanes with falsework, vertical clearance, aesthetics, construction phasing and construction cost. This task shall include a seismic analysis of the combined structure and identification of deficiencies in the existing bridge, if any. RBF will prepare and deliver to Caltrans Engineering Service Center (ESC, formerly Division of Structures) the proposed General Plan, General Plan Estimate, Type Selection Memo /Strategy Report and Vicinity Map. The Scope of Work for this task shall include the following: A. Review Existing Conditions and Requirements 1. Review record drawings of the existing adjacent bridge which are available from Caltrans, including original construction, seismic retrofit, and bridge maintenance reports. 2. Conduct a field review to ensure that the record drawings accurately represent the existing conditions. B. Coordination RBF will coordinate with other involved agencies for compatible design and phasing of construction with existing conditions. Coordination may include but will not necessarily be limited to coordination with: Caltrans, County of Orange, City of Newport Beach and other agencies. RBF will submit General Plan to Caltrans for review. Cooperation and close coordination with Caltrans shall be maintained throughout the design process. C. Submittals The culmination of preliminary design work shall lead to the submittal and presentation for review and approval of a combined Type Selection Memo /Strategy Report and General Plan for the structure. This process shall be considered the "Structure Type Selection' process and no further design work shall be performed until written approval of the structure type is received from the Caltrans ESC. 2 -12 Proposal For Transportation Consulting Services CONSULTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design f A Type Selection /Strategy Review Meeting shall be held in Sacramento, in which RBF will be prepared to discuss and provide information on foundation requirements, falsework requirements, seismic and aesthetic considerations, seismic retrofit requirements, traffic handling and construction phasing, construction cost and other pertinent information that is needed to determine the proper structure type. _ Fifteen (15) copies of the proposed General Plan, General Plan Estimate, Type Selection Memo /Strategy Memo and Vicinity Map shall be submitted for review two weeks prior to the Structure Type Selection /Strategy Review Meeting. Issues raised will be resolved by the design team and agreed upon changes will be made to the Bridge Type Selection/Strategy Report. The revised report will be submitted for approval prior to beginning final bridge design. Within two weeks after receiving written approval of the proposed General Plan and structure type, RBF will furnish Caltrans ESC with 40 reduced (11" x 17 ") copies of the approved General Plan. Deliverables • Approved Bridge Type Selection, Retrofit Strategy and General Plan 7. Geotechnical Design Report/ Materials Report and Preliminary Foundation Report/ Foundation Report Geotechnical Field Investigation. Under the supervision of Earth earn Mechanics, Inc. Geotechnical Inc. (EMI), a total of ten (10) exploratory borings will be cal a can roaa •E alaaa o excavated for the proposed bridge and roadway widening. The borings are being performed for the purpose of logging subsurface conditions and collecting soil samples. Three borings will be drilled for the bridge widening; one boring will be drilled at each abutment and one boring will be drilled in the SR -73 median for the bent support. Seven borings will be drilled for two retaining walls, along Jamboree Road, that will accommodate the roadway widening. The borings for the bridge widening and roadway widening will be drilled to maximum depths of 24 in and 9 in below existing grade, respectively, or until refusal is encountered. The borings will be excavated using a truck - mounted drill rig equipped with 200 -mm diameter hollow -stem augers. Subsurface soils and conditions will be logged and samples of soils will be collected for laboratory testing. EMI will collect bulk, small disturbed, and relatively undisturbed samples of subsurface soils. To collect small disturbed and relatively undisturbed soil samples, split -spoon samplers will be used at depth intervals of 1.5 m, alternating between the Standard Penetration Test (SPT) sampler and the Modified California Drive sampler. Large bulk samples of near - surface soils will be collected for R -value and maximum density tests. After logging and sampling is completed, spoils from the borelioles will be mixed with cement and water and used to backfill the borelioles. Asphalt concrete cold -patch will be used to replace AC that may be removed by the field investigation. 2 -13 Proposal For Transportation Consulting services CONSULTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design To excavate the boring at the north abutment of the OC structure, EMI will have to close a portion of the left lane of Bristol Street North. Also, portions of the eastbound right lane along Jamboree Road may have to be closed temporarily to accomplish geotechnical field work. Laboratory Testing. The field boring logs will be reviewed I select representative bulk and ring samples for laboratory testing. Various laboratory tests will be performed on subsurface samples to determine or derive their physical and engineering characteristics. Laboratory tests anticipated for the project include in -place moisture and density, grain size distribution, Atterberg limits, direct shear, unconsolidated - undrained triaxial tests, consolidation, R- value, maximum density/optimum moisture, and soil corrosivity. Laboratory tests will be conducted in general accordance with California Test (CT) Methods or ASTM Standards. Geotechnical Engineering Analyses. Results obtained from the field investigation and laboratory testing program will be used to establish idealized soil profiles and soil strength parameters used for analyses and design. The following analyses will be performed for the project: • Evaluate seismicity and estimate Peak Bedrock Acceleration. • Foundation analysis including axial and lateral pile capacity for the bridge widening, and bearing capacity and settlement of spread footings for proposed retaining walls along eastbound and westbound Jamboree Road. • Determine lateral earth pressures. • Evaluate global stability of retaining walls. • Pavement structural section design. In addition, EMI will provide earthwork recommendations for proposed improvements including depth of remedial removals based on data from field and laboratory tests. Results of soil corrosivity tests will be presented in the Materials Report. Report Preparation. EMI will prepare four separate reports for the project: (1) a Preliminary Foundation Report (PFR) to support the 1. Advanced Planning Study, (2) a Structure Foundation Report for the proposed bridge widening; (3) a Geotechnical Design Report (GDR); and finally, (4) a Materials Report addressing proposed pavement improvements and soil corrosivity. The PFR and Foundation Report will be prepared in accordance with the Caltrans Guidelines for Foundation Investigations and Reports Manual (2002). The GDR will be prepared in accordance with the Caltrans GDR guidelines dated October 1995. Finally, the Materials Report will be prepared in accordance with Topic 114 of the Caltrans Highway Design Manual and CT 130. The reports will summarize the findings of the field investigation and laboratory tests, results of the geotechnical engineering analyses, and present recommendations for the proposed improvements. Reports will include boring logs summarizing the observations at each boring location. 2 -14 Proposal For Transportation Consulting services OONSULYING . .1., SR -73 / jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design Five copies of each report (PFR, Structure Foundation report, GDR and Materials report) will be provided to RBF for distribution and review. Review comments (by RBF, Caltrans, and the City of Newport Beach) related to geotechnical issues will be addressed by EMI in separate letters. Upon approval of all responses, EMI will incorporate responses and comments into final reports. Five copies of each final report vA11 be provided to RBF for distribution. Deliverables Geotechnical Design Report (GDR) presenting results of field investigation and laboratory testing, engineering analyses for embankment stability and settlement. • Materials Report presenting field and laboratory results and engineering analyses for pavement design and corrosion protection for buried utilities. • Preliminary Foundation Report (PFR) for Bridge Type Selection. • Foundation Report (FR) for bridge widening and retaining wall. 10. Aerially- Deposited Lead Content Testing 10.1 Field Investigation. EMI will excavate seven (7) shallow borings to collect near - surface soil samples for Aerially- Deposited Lead (ADL) content testing. Borings will be excavated using a 76.2 -mm stainless steel hand - auger. Soil samples will be collected at depths of approximately 152, 305, 610, and 915 mm below existing grade from each boring, assuming refusal does not occur. The hand -auger will be triple rinsed to decontaminate the stainless steel sampler before collecting each soil sample. On -site soils will be mixed with cement and rinsate will be used to bacldill the boreholes. 10.2 Laboratory Testing. EMI will forward the soil samples to :a California Certified analytical laboratory for testing. The laboratory program will include: testing all samples for Total Lead content; testing 10% of samples, containing more than 50 mg/kg and less than 1,000 mg/kg Total Lead, for Soluble Lead content using California WET method (citrate); testing 10% of all samples for pH; testing 10% of samples, exceeding 350 mg/kg Total Lead, for Soluble Lead content testing California WET method (de- ionized water); and finally, testing 5% of samples, containing more than 1,000 mg/kg Total Lead, for Soluble Lead content using TCLP method. 10.3 Report Preparation. A letter report will be prepared for the project, summarizing the findings of the lead testing investigation. The report will include findings of the field investigation, results of laboratory tests, results of our statistical analysis, and recommendations for placement of on -site soils excavated during construction (within the project area). Five copies of the letter report will be submitted to RBF for review and distribution. 2 -15 Proposal For Transportation Consulting services CONSULTING AEw�Rr SR -73 / Jamboree Road Overcrossing z PSR /PR, Environmental Document and Final Design Deliverables • Aerially Deposited Lead Testing Technical Memorandum Report Preliminary Cost Estimate Prepare a preliminary estimate of construction quantities andxosts based upon the approved geometric approval drawings utilizing current edition of Caltrans Contract Cost Data book. Preliminary cost estimates shall be provided with each plan check submittal. Deliverables • Preliminary Cost Estimate 10. Final Design - Draft PS &E - Roadway All plan types shall be completed in conformance with the latest available design, drafting, policy and procedure manuals of Caltrans. The following is a listing of plan sheets with corresponding metric scale: 10.01 Title Sheet 1:25,000 10.02 Typical Cross Sections Varies 10.03 Layout Plans /Key Map 1:500 10.04 Profile and Superelevation Plans 1:500H, 1:50V 10,05 Construction Details 1:200, Varies 10.06 Contour Grading 1:500 10.07 Drainage Plans 1:500 10.08 Utility Location Plans 1:500 10.09 Construction Stage and Traffic Handling 1:500 10.10 Construction Area Signs Varies 10.11 Pavement Delineation Plans 1:500 10.12 Summary of Quantities N/A 10.13 Sign Plans 1:500 10.14 Retaining Wall Plans 1:200 " 10.15 Highway Planting and Irrigation Plans 1:500 10.16 Electrical - Traffic Signals 1:200 10.17 Electrical - Lighting Plans 1:500 10.18 Roadway Cross Sections Varies Note that the professional fees established for the various types of plans are based on the following: All plan types for all phases will be prepared in Caltrans Metric plan format. 2 -16 Proposal For Transportation Consulting Services CONSULTING SR -73 / 3amboree Road Overcrossing PSR /PR Environmental Document and Final Design .� • Highway Planting/Irrigation will consist only of re- establishing disturbed irrigation facilities and planting resulting from the bridge and roadway widening. • Utility relocation plans, or new utility facilities required, will be provided by the respective utility company. • High risk underground utilities will be shown in conformance with Caltrans policy. Surveying of potholes will be completed by RBF. • The Scope of Work includes the identification of existing deficient storm drain systems, but does not include design services for upgrading existing deficient storm drain systems. Upgrading of existing deficiencies, if any, will be performed upon authorization of the City for an additional fee. • There will be two (2) traffic signal modifications at the following locations: Bristol Street North Bristol Street South Traffic signal interconnect is not included in the scope of work. 11. Bridge Plans, Specifications And Estimate (PS &E) Upon approval of the Bridge Type Selection, the design of the bridge widening will proceed. All plans, specifications and quantity calculations will conform to Caltrans' requirements and will be made available to Caltrans for review and approval at stages specified in the milestone schedule and upon request. The latest editions of the following publications will be used as design criteria: Caltrans Bridge Design Specifications (BDS); Caltrans Seismic Design Criteria (SDC). Bridge Plans will be prepared in accordance with: Bridge Design Details Manual; • Caltrans Office of Special Funded Projects (OSFP) Information and Procedure Guide; • Bridge Design Aids Manual; • Bridge Memos to Designers; • As required by Caltrans OSFP, an electronic submittal (Microstation) will be made of the final bridge plans on a compact disk. The Scope of Work will include: A. Bridge Design A complete structural analysis will be performed. The bridge design will utilize in -house structural analysis and design computer programs. A 2 -1 Proposal For Transportation Consulting services CONSULTING SR -73 / Jamboree Road PSR /PR, Environmental Document and Final Design complete dynamic (seismic) analysis will be performed using in -house finite element analysis computer programs for the combined structure (existing and widening). A bound set of design calculations will be prepared for the bridge widening. The bridge plans will be prepared to Caltrans standards and formatted on Caltrans Structures Plan Sheets. In accordance with OSFP requirements, the unchecked structures details will be submitted to Caltrans for oversight review when 65% complete. B. Special Provisions and Cost Estimate Prepare Special Provisions to Caltrans format through editing of the Caltrans Standard Special Provisions (SSP's). Prepare initial quantity calculations and cost estimates. C. Independent Design Check An independent bridge design check will be performed by a licensed civil engineer experienced in bridge design. The process will be similar to, but independent of the initial design process. The independent check includes design calculations, review of bridge design details, review of bridge special provisions, and bridge quantity calculations. Design issues between the independent design check and the initial design will be resolved in a meeting of the two bridge engineers. Required changes will be incorporated into the bridge design documents. Bridge Quantity calculations and cost estimates will be prepared with the initial design and as part of the independent check. The two estimates will be reconciled to develop the final estimate. RBF will complete the Caltrans OSFP Consultant Quality Control Statement and submit the completed PS &E documents (checked) for review. This submittal will include the independent bridge design calculations. D. Submittals The following submittals will be delivered to: Caltrans Division Of Engineering Services The Office Of Special Funded Projects 180130i11 Street, Mail Station 9 -2/7G Sacramento, CA 95816 Checked Details One set of reproducible and five sets of 11" x 17" reduced plans along with two sets of quantity calculations, one copy of design calculations and one copy of design check calculations and two sets of edited Structure Special Provisions will be submitted for review by Caltrans. One copy of each will be returned with comments. 2 -18 Proposal For Transportation Consulting Services CONSULTING �EWFpij SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design a� • Contract Documents Within four weeks of receiving approval of the Checked Details, RBF will deliver the following documents to Caltrans (the total constitutes two separate complete sets): Two (2) sets of mylars of final design plans 3 • Bridge electronic CAD files (Microstation) on a compact disk • 10 sets of reduced 11" x 17" final design plans • Two (2) sets of final Structure Special Provisions • Two (2) copies of final quantity calculations and estimate copy of final design calculations • One (1) copy of design check calculations upon request • Two (2) sets of Resident Engineers File structures information • Three (3) sets of the Final Foundation Report Deliverables Bridge Structure PS &E 12. Final Cost Estimate Prepare quantity calculations and final construction cost estimates in accordance with Caltrans requirements utilizing current edition of Caltrans Contract Cost Data book. Deliverables • Quantity Calculation Back -up Data and Cost Estimate 13. Special Provisions The City will incorporate RBF's technical specifications into the current City "boilerplate" Special Provisions. RBF will prepare Specifications and measurement /payment statements for each item of work to supplement the City's Special Provisions and will mark -up changes necessary to the City's "boilerplate" sections. RBF will include the scope for construction field survey to be performed by the Contractor to construct the improvements. Deliverables • Special Provisions 14. Hydrology/ Hydraulics Report RBF will conduct an analysis to determine the impacts this project has on the natural drainage patterns. This analysis will incorporate the use of available information from the City of Newport Beach, Caltrans, Federal Emergency Management Agency (FEMA) and the Orange County Flood Control District. RBF will prepare a preliminary drainage report utilizing data from prior hydrology /drainage investigations in the area. RBF will analyze existing drainage sub - basins and summarize changes in drainage patterns that will occur from the proposed improvements. Included in the report will be recommendations for off -site and on -site improvements such as structures needed at pipe culverts, inlet and outlet locations, erosion control measures and other storm drainage controls. Once the on -site 2 -19 Proposal For Transportation Consulting Services CONSULTING T :^ SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design t7'Y hydraulic analysis is completed, any deficiencies in the ultimate drainage system will be identified. No existing box culvert extensions are anticipated for this scope -of -work. A hydrology map will be prepared using available aerial photography and mapping. The hydrology map will summarize the local drainage by indicating drainage subareas, existing and proposed storm drainage facilities, drainage patterns, times of concentration and preliminary design year flow rates. Existing off -site hydrology for the tributary drainage systems will be referenced from previous drainage studies and will not be updated or verified for this project. Previous reports will be utilized to determine hydraulic control for any new storm drain facilities that may be connected to these existing cross - culverts. Extension, modification, or deficiency upgrade of any existing cross- culverts or on -site drainage facilities not impacted by the project is not included in the design fee estimate. An ultimate condition hydrology analysis will be performed for the proposed roadway improvements. The results will be used to design the proposed drainage systems. The Hydrology/Hydraulics Report will generally contain the following: • Project Location Map Project Description • Evaluation of Runoff Characteristics and Flow Patterns • Description of Existing and Proposed Facilities • Description of Unusual or Special Conditions • Hydrology Map and Other Applicable Hydrologic Data and Calculations. Deliverables • Hydrology/Hydraulics Report 15. Utility Coordination RBF will identify and coordinate with the affected utility companies responsible for the design of relocated facilities, if applicable. RBF will submit first, second, and final plans to the utility companies for their review and shall request Utility Relocation Plans from the utility company, if applicable. If utilities are required to be relocated, the City will provide the prior rights determination and will also prepare a Utility Relocation Agreement (URA) and Joint Use Agreement (JUA) for each prior right utility relocation within state right -of -way. URA's will also be prepared by the City for non -prior rights utility relocations. JUA's are not required for non -prior right utility relocations. RBF will review Utility Relocation Plans, if applicable, received from the utility companies for conformance to project needs. 2 -20 Proposal For Transportation Consulting Services CON9LI LTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design RBF will coordinate with utility companies for new service point connections for new or relocated ramp lighting, traffic signal and irrigation facilities. Preparation of any plan required to extend utility services to the designated service point connection is assumed to be provided by the utility company. RBF will prepare utility pothole exhibits for facilities to be potholed, coordinate pothole activities and arrange for contractor to perform the potholing. The fee has been established based on an assumed number of twelve (12) separate pothole locations. Deliverables (All Phases) • Utility Coordination Services 16. Right -Of -Way and Appraisal Maps RBF will prepare one set of Appraisal Maps at an appropriate scale to facilitate the acquisition of the fee parcels necessary for the construction of the project. The Appraisal Maps shall be prepared in conformance with the Caltrans Right -of -Way Manual. RBF will prepare one set of Right -of -Way Maps at a metric scale of 1:500. The Right -of -Way Maps shall be prepared in conformance with the Caltrans Right -of -Way Manual. RBF will provide all Appraisal Maps and Right -of -Way Maps to the City and /or the City's right -of -way agent to facilitate the right -of -way agent's processing of the right -of -way authorization and certification with Caltrans. This task is based on an assumption of preparing two (2) Right -of -Way map sheets and two (2) Appraisal Map sheets. e Deliverables • Appraisal Maps • Right -of -way Maps • Boundary Survey Data and Notes 17. Legal Descriptions And Exhibits For R/W And Easements RBF will prepare legal descriptions with accompanying exhibits to be used in conjunction with Grant Deed language prepared by others in the acquisition of fee parcels. Deliverables • Legal Descriptions and Exhibits (2 parcels) 18. Traffic Management Plan RBF will prepare a traffic management plan (TMP) to qualitatively discuss anticipated traffic impacts resulting from the proposed project, utilizing existing and forecast traffic analysis data provided to RBF by the City. Based on such data, RBF will recommend potential TMP measures to 2 -2t Proposal For Transportation Consulting Services CONSULTING SR -73 / Jamboree Road Overcrossing Environmental Document and Final Design M 0 0 g \� reduce traffic impacts anticipated to result from project construction. Based on a conceptual evaluation of the staging requirements, it appears that all existing lanes on Jamboree Road can be maintained through the use of a staged construction, thus, a detailed technical and quantitative analysis may not be warranted. This scope assumes no technical /quantitative analysis, such as level of service calculations and queuing analysis, will be prepared by RBF. The deliverable will be in the form of a memorandum. TMP measures could include a variety of techniques, such as, but not limited to, contractor controls, traffic management, transportation demand management, detouring, lane restriping, intersection control modification, traffic control officers, changeable message signs, and public awareness measures. Special attention will be given to freeway ramp operations and private access points to effectively facilitate continued ingress and egress during construction. Deliverables • Traffic Management Plan 19. Plan Check Revisions / Approvals / Local Agency Permits RBF will prepare, process, and obtain any permits required for construction of the improvements. The City will reimburse for payments of permit fees. Submittals to local agencies should include all plans and required backup data for review. Plans must be submitted to the agencies in a state of completeness to allow construction from the plans. Consultant is expected to compete plan check in a maximum of three submittals. The third plan check may be used as a counter plan check for signature. RBF will receive written comments from all participating agencies and review with the City. RBF will draft a response to all agency comments at one time. RBF will then meet collectively with all participating agencies to resolve outstanding issues relative to agency comments. RBF will then prepare final dispositions for each review comment for submittal to the Agencies. RBF will make revisions to PS &E and right -of -way documents following plan check for second and third plan check submittal and provide final revised quantity take -offs and cost estimates. When revisions have been made, RBF will obtain signatures and provide the requested number of stamped plans to the City. Deliverables • Comment Disposition and Final Approved Plans and Permits 20. Project Team Meetings RBF will meet with Caltrans, City staff, utility companies and other participating agencies to discuss work progress, schedule and related issues in order to exchange information, discuss and resolve issues and to maintain progress of the project. The fee has been established based on twelve (12) meetings. RBF will prepare meeting minutes with an action item matrix 2.22 Proposal For Transportation Consulting services CGN 9ll LTING �Ew�RT SR -73 / Jamboree Road Overcrossing o° PSR /PR, Environmental Document and Final Design ° s and agenda and distribute to the City, and other attendees or organizations, as required. Deliverables • Attendance at Project Meetings • Meeting Minutes • Phone Logs Other Project Documentation as appropriate 21. Project Management/ Project Coordination Project Management and Administration RBF will supervise, coordinate, monitor and review design for conformance with City, Caltrans, and local agency standards, policies and procedures. RBF will coordinate with City, Caltrans and other appropriate agencies to facilitate project delivery. Management support shall be provided to facilitate resolution of project design scope and scheduling. RBF will prepare an action item matrix, document all project decisions, and distribute correspondence, meeting minutes, and other communication copies to all Project Team members as appropriate. Monthly Project Status Reports RBF will develop a Monthly Project Status Report that summarizes significant events, progress to date, anticipated problem areas, schedule, upcoming significant events, and utility/Agency coordination. Deliverables • Project Management/Project Coordination Services • Project Schedule • Bi- Weekly Project Status Report • Other Project Documentation as Appropriate 22. Bidding Phase /Contract Documents RBF will provide construction bidding phase services during the contract advertising period as follows: Attend pre -bid meeting Log questions and responses to bidders' questions regarding the bid documents. Evaluate need for addendum to bid documents to answer questions raised and prepare addendum if required. RBF will provide: a. One (1) complete set of original sepia vellum plans b. One (1) complete set of original plans (electronic copy) c. One (1) set of original specifications (hard copy) d. One (1) set of original specifications (electronic copy) 2 -23 Proposal For Transportation Consulting services . 0 0 • CON 6OLTING SR -73 / Jamboree Road Overcrossing PSR /PR, Environmental Document and Final Design Deliverables Support Services during Bidding One (1) complete set of original full -size sepia vellum plans One (1) complete set of original plans (electronic copy) • One (1) set of original specifications (hard copy) • One (1) set of original specifications (electronic copy) 23. Engineering Support Services During Construction Provide civil and structural engineering support services during the construction of the roadway and bridge widening improvements. All services will be subject to the request, direction and authorization of the City. It is anticipated the engineering support services may indluce the following tasks: • Pre - Construction and Field Meetings • Field Support Services • Response to Requests for Information (RFI) • Change Order Review • Plan Revisions/Processing During Construction • Certification and Quantity Verification 24. Reproduction Services and Other Expenses RBF will provide all reproduction services, and other related expenses for the project. This includes all reprographics and photocopying for submittals, all photocopying for progress plots, quality control check plots, and in -house reproductions. 2.3 Schedule Effective scheduling and cost control are critical activities throughout this Project. RBF has developed an innovative approach to accomplish the objectives of completing the Jamboree Road Overcrossing SR -73 Project as early as possible with a resultant savings in the total time and project cost. The following pages present RBF's proposed schedule based upon our understanding of the scope of work. We believe this schedule is feasidle within the usual constraints experienced on past projects. The PSR/PR and Environmental Document Phase can be accomplished in nine months which includes three months of Caltrans review time. The final PS &E Phase will require approximately 12 months to complete which includes four months of Caltrans review time. The total project duration of 18 months can be reduced by four months by overlapping Tasks 1, 2 and 3 of the PS &E phase with the PSR/PR and ED review in Phase 1. 2 -24 Proposal For Transportation Consulting Services M CONSULTING SR-73 / Jamboree Road Overcrossing PSR/PR, Environmental Document and Final Design SR-73 / Jamboree Road Overcrossing PSR / PR & ED PROJECT SCHEDULE Proposal For Transportation Consulting services 0 —.. -. I MONTHS AFTER AUTHOR17ATION TO PROCEED MEMO va n c e nnin -W- MEMEMEMENEEM MMwMMNMMMM NEEMENEENSEE ■■■■■■■■■■■■ IM Proposal For Transportation Consulting services 0 —.. -. I SR -73 / Jamboree Road Overcrossin PSR /PR, Environmental Document and Final Design SR -73 /Jamboree Road Overcrossing Final ME PROJECT SCHEDULE Design ® Agency fWF 2 -26 Proposal For Transportation Consulting Services CONSULTING MONTHS AF­ER AUTHORIZATION . PROCEED 0© ©0 ©000010 1 11® MENEM I ® ■ ■ ® ■ ■ ® ■ ■ ® ■ ■ ® ■ ■ ® ■ ■ ® ■ ■ ® ■o ■® ®® MEN= 1111111111111 •.. I ..- • � ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■. _ IIIIIIIIIIIIIIIIII ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■■ •" ..•.:,• .. ■_ ■ ■ ■VVV ■ ■ ■V ■p ■■ 111111111111111111 .■■ ■0■■■■■■■■■. ■ � ■ ■ ■ ■� ■ ■ ■ ■ ■ ■ ■� ■�. � ■ ■�■ ■1111 ■ ■ ■ ■� ■ ■ ■ ■ ■■ ■ ■ ■ ■� ■ ■ ■ ■ ■ ■■ ■111 ■ ■ ■1♦ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■1� ■ ■■ ■■ ■i ■1�1�1� ■■ ■11111 ■ ■ ■ ■ ■ ■ ■. ■ ■ ■ ■� ■ ■ ■ ■ ■ ■■ ■III ■ ■ ■ ■ ■ ■ ■■ I • .. ■c�c■■c�c■■rc■■ cam■■ ct ��■■ r�■■ c =.c■■c��■ ■cac■■c�c■■c.■■ ■c�,c■ Design ® Agency fWF 2 -26 Proposal For Transportation Consulting Services CONSULTING SR -73 /JAMBOREE ROAD OVERCROSSING PROJECT STUDY REPORT /PROJECT REPORT AND ENVIRONMENTAL DOCUMENT ° ° ° TASK/HOUR BREAKDOWN CONSULTING Dale: 3/21/05 .0 h: \pda to \10104114 \cos tsu mmary.xls TASK Phase I - PSRIPR and ED PROJECT DIRECTOR SENIOR ENGINEER/ PLANNER DESIGNER/ PLANNER ENVIRONMENTAL ANALYST TOTAL Hours $175 Hours $135 Hours $94 Hours $80 Hours $ 1 Existing Design Data Research & Investigation 2 350 8 1,080 18 1,692 16 1,280 44 4,402 2 Aerial Topographic Mapping 8 1,400 16 2,160 176 16,544 0 0 200 20, 3 Traffic Forecasts /Operational Analysis 1 175 2 270 32 3,008 0 0 35 3,453 4 Preliminary Design 4 700 28 3,780 120 11,280 0 0 152 15,760 i 5 Advance Planning Study 2 350 40 5,400 40 3,760 0 0 82 9,510 6 Preliminary Geotechnical Assessment 1 175 4 540 32 3,008 0 0 37 3,723 7 Storm Water Data Report 2 350 1.6 2,160 40 3,760 0 0 58 6,270 i 8 Draft PSR/PR 4 700 40 5,400 48 4,512 0 0 92 10,612 9 JPrepare Fact Sheet 1 175 28 3,780 0 0 0 0 29 3,955 1 10 Preliminary Environmental Analysis Report 2 350 0 0 40 3,760 40 3,200 82 7,310',. 11 Environmental Studies 2 350 0 0 120 11,280 120 9,600 242 21,230 12 Categorical Exemption 1 175 0 0 0 0 16 1,280 17 1,455 13 Final PSR/PR 2 350 16 2,160 16 1,504 0 0 34 4,014 14 Meeting Attendance 21 3,675 21 2,835 0 0 0 0 42 6,510 15 Project Management / Coordination 36 6,300 0 0 0 0 0 0 36 6- 1 Subtotal - Professional Fees 124,bu6 Direct Costs / Reimbursable Expenses 3,000 TOTAL FEE -PHASE 1 89 $15,575 219 $29,565 682 $64,108 192 $15,360 1182 $127,608 .0 h: \pda to \10104114 \cos tsu mmary.xls EXHIBIT B HOURLY RATE SCHEDULE Effective January 2005 OFFICE PERSONNEL $ / Hr SeniorPrincipal ............................................................................. ............................... ........................$215.00 Principal.................................................................................................................... .............................19 5.0 0 ProjectDirector ............................................................................... ............................... .........................175.00 ProjectManager ............................................................................. ............................... .........................152.00 StructuralEngineer ......................................................................... ............................... .........................152.00 ElectricalEngineer ......................................................................... ............................... .........................134.00 Senior Engineer /Senior Planner ..................................................... ............................... .........................135.00 LandscapeArchitect ....................................................................... ............................... .........................123.00 Project Engineer /Project Planner ................................................... ............................... .........................116.00 EnvironmentalSpecialist ................................................................ ............................... .........................112.00 CorrosionEngineer ........................................................................ ............................... .........................112.00 Design Engineer /Senior Designer/ Mapper ..................................... ............................... .........................108.00 Designer/Planner ............................................................................. ............................... ..........................94.00 GISAnalyst ...................................................................................... ............................... ..........................90.00 GraphicArtist ................................................................................... ............................... ..........................80.00 Environmental Analyst/Staff Planner ............................................... ............................... ..........................80.00 DesignTechnician ........................................................................... ............................... ..........................78.00 Assistant Engineer / Planner ............................................................. ............................... ..........................74.00 Engineering Aid /Planning Aid .......................................................... ............................... ..........................60.00 FIELD PERSONNEL 2- Person Survey Crew ......:.......................................................... ............................... ........................$200.00 1- Person Survey Crew .......................................................................................... ............................... 145.00 FieldSupervisor ........................................................................... ............................... .........................138.00 CONSTRUCTION MANAGEMENT PERSONNEL ConstructionManager ................................................................... ............................... ........................$150.00 Resident Engineer /Project Manager ............................................... ............................... .........................127.00 Senior Construction Inspector ......................................................... ............................... ..........................98.00 Construction Inspector .................................................................... ............................... ..........................95.00 FieldOffice Engineer ....................................................................... ............................... ..........................90.00 Construction Technician .................................................................. ............................... ..........................78.00 OTHER SERVICES AND FEES PermitProcessor ................................................................................................... ............................... $95.00 Clerical/Word Processing .............................................................. ............................... ..........................50.00 Consultation Relative to Legal Actions ......................................... ............................... .........................270.00 VehicleMileage ..... .......... .. ................................................................................................................ 0.50 /mile Note: 8lueprinling, reproduction, messenger service and other direct expenses will be charged as an additional cost plus 15%. A Sub - consultant Management Fee of fifteen- percent (15 %) will be added to the direct cost of all sub - consultant services to provide for the cost of administration, sub - consultant consultation and insurance. SR -73 /Jamboree Road Overcrossing Project Team H:\pdata\10104114tAdmintreports \Project Team.doc Hourly Name /Registration Team Role Classification Rate Gary Warkentin Principal /Project Manager Project Director $175 Jeff Fromhertz, PE Project Engineer Senior Engineer $135 Greg Rende, PE Structural Engineer Structural Engineer $152 Jessica Mosquera, PE Bridge Design Project Engineer $135 Sal Sheikh, PE Bridge Special Provisions Senior Engineer $152 Patty McNab Preliminary Design Senior Designer $94 Bruce Grove, REA, CEI Environmental Document Senior Planner $135 Richard Beck Environmental Document Environmental Analyst $80 J. Robert Crawford, PLS Survey /Right of Way Senior Principal $215 Mike Miller, PLS Survey /Right of Way Project Manager $152 Mark Bradley Survey /Right of Way Senior Mapper $108 Randy Ratzlaff, PE Roadway Design Senior Engineer $135 Trisha Keith, PE Roadway Design Project Engineer $116 John McCarthy, PE Hydrology /Drainage Project Manager $152 Carlos Ortiz, PE, TE, PTOE Traffic Senior Engineer $134 John Andrew, RLA Landscape Architecture Senior Planner $135 Kevin Michalski, PE Bridge Design Project Engineer $116 Divyesh Vora Bridge Technician Design Technician $78 Tihomir Kirilov Bridge Technician Design Technician $78 Jose Saldana Bridge Designer CADD Designer $94 H:\pdata\10104114tAdmintreports \Project Team.doc a` ok L1 SR -73 1JAMBOREE ROAD OVERCROSSING FINAL PS & E TASK/HOUR BREAKDOWN Date: 3/21/05 h:\Pdata \10104114 \wstsummaryphase flAs TASK Phase II - FINAL PS &E PROJECT DIRECTOR SENIOR ENGINEER/ PLANNER PROJECT ENGINEER DESIGN TECHNICIAN STRUCTURAL ENGINEER CADD DESIGNER/ PLANNER 2 -MAN SURVEY CREW TOTAL Hours $175 Hours $135 Hour, $116 Hours $78 Hours $152 Hours $94 Hours $200 Hours $ 1 Design Surveys 2 350 8 1,080 0 0 0 0 0 0 40 3,760 100 20,000 150 2,0190 2 Right of Way Surveys /Constraint Mapping 1 175 8 1,080 _ 34 3,944 40 3,120 0 0 0 0 0 0 83 8,319 3 Geometric Approval Drawings (GAD) 2 350 16 2,160 80 9,280 40 3,120 0 0 50 4,700 0 0 188 19,610 4 Preliminary Landscape Design Concept Plan 1 175 24 3,240 8 928 0 0 0 0 60 5,640 0 0 93 9,983 5 Supplemental Design Exception Reports 1 175 8 1,080 12 1,392 16 1,248 0 0 0 0 0 0 37 3,895 6 Bridge Type Selection/Retrofit Strategy Report 1 175 0 0 86 9,976 0 0 40 6,080 40 3,760 0 0 167 19,991 7.1 Geotechnical Design Report/Matedal Report 0 0 0 0 320 37,120 0 0 0 0 0 0 0 0 320 37,120 7.2 Preliminary Foundation Report/Foundation Report 0 0 0 0 320 37,120 0 0 0 0 0 0 0 0 320 37,120 8 Aerially- Deposited Lead Investigation Report 0 0 0 0 130 15,080 0 0 0 0 0 0 0 0 130 15,080 9 Preliminary Cost Estimate 1 1751 4 5401 8 1 9281 0 1 01 0 01 24 1 2,256 0 01 37 1 3,899 10 Final Design - Draft PS &E - Roadway 10.1 Title Sheet 0 0 1 135 4 464 8 6241 0 0 8 7521 0 0 21 1,975 10.2 Typical Cross Sections 1 175 4 540 8 928 32 2,496 0 0 52 4,888 0 0 97 9,027 10.3 Layout Plans /Key Map 2 350 32 4,320 64 7,424 80 6,240 0 0 72 6,768 0 0 250 25,102 10.4 Profile and Superelevation Plans 2 350 24 3,240 40 4,640 40 3,120 0 0 40 3,760 0 0 146 15,110 10.5 Construction Details 2 350 24 3,240 40 4,640 40 3,120 0 0 40 3,760 0 0 146 15,110 10.6 Contour Grading 2 350 24 3,240 40 4,640 40 3,120 0 0 40 3,760 0 0 146 +' 15,110 10.7 Drainage Plans 2 350 32 4,320 50 5,800 50 3,900 0 0 60 5,640 0 0 194 20,010 10.8 Utility Location Plans 1 175 4 540 8 9281 32 2,496 0 01 40 1 3,760 0 0 85 7,899 10.9 Construction Stage and Traffic Handling 2 350 32 4,320 50 5,800 50 3,900 0 0 60 5,640 0 0 194 20,010 10.10 Construction Area Signs 1 175 2 270 12 1,392 24 1,872 0 0 24 2,256 0 0 63 5,965 10.11 Pavement Delineation Plans 1 175 6 810 24 2,784 48 3,744 0 0 48 4;512 0 0 127 12,025 10.12 Summary of Quantities 1 175 2 270 12 1,392 24 1,872 0 0 24 2,256 0 _ 0 63 5,965 10.13 Sign Plans 1 175 6 810 24 2,784 48 3,744 0 0 48 4,512 0 0 127 12,025 10.14 Retaining Wall Plans 2 350 32 4,320 50 5,800 50 3,900 0 0 60 5,640 0 0 194 20,010 10.15 Highway Planting and Irrigation Plans 0 350 32 4,320 64 7,424 80 6,240 0 0 72 6,768 0 0 250 25,102 10.16 Electrical - Traffic Signals 2 350 24 3,240 60 6,960 40 3,120 0 0 60 5,640 0 0 186 19,310 10.17 Electrical - Lighting Plans 2 350 24 3,240 24 2,784 40 3,120 0 0 .40 3,760 0 0 130 13,254 10.18 Roadway Cross Sections 1 175 2 270 12 1,392 40 3,120 0 0 0 0 0 0 55 4,957 11 Bridge Plans, Specifications and Estimate % 2,800 240 32,400 240 27,840 240 18,720 226 34,352 360 33,840 0 0 1322 149,952 12 Cost Estimate 1 175 2 270 30 3,480 0 0 0 0 0 .0 0 0 33 3,925 13 Special Provisions 2 350 80 10,800 40 4,640 0 0 0 0 0 .0 0 0 122 15,790 14 Hydrology /Hydraulics Report 2 350 24 3,240 40 4,640 40 3.1201 0 0 40 3,760 0 0 146 15,110 15 Utility Coorindation 0 0 8 1,080 0 0 0 0 0 0 88 8,272 0 0 96 9,352 16 Right of Way and Appraisal Maps 1 175 16 2,160 24 2,784 24 1,872 0 0 32 3,008 0 0 97 9,999 17 Legal Descriptions and Exhibits for R/W and Easements 1 175 16 2,160 24 2,784 24 1,872 0 0 32 1 3,008 0 0 97 9,999 18 Traffic Management Plan 1 175 16 2,160 40 4,640 0 0 0 0 16 1,504 0 01 73 8,479 19 Plan Check Revisions /Approvals /Local Agency Permits 1 175 8 1,080 80 9,280 0 0 0 0 96 9,024 0 0 185 19,559 20 Project Team Meetings 36 6,300 36 4,860 0 0 0 0 0 0 0 0 0 0 72 11,160 21 Project Management/Project Coordination 48 8,400 72 9,720 0 0 0 0 0 0 0 0 0 0 120 18,120 22 Bidding Phase /Contract Documents 1 175 24 3,240 8 928 0 0 0 0 0 0 0 0 33 4,343 23 Engineering Support Services During Construction 36 6,300 72 9,720 216 25,056 0 01 80 12,160 0 0 0 0 404 53,236 Direct Costs / Reimbursable Expenses 0 0 0 0 0 0 0 0 0 20,000 TOTAL FEE -PHASE II BASIC SERVICES 180 $31,850 989 $133,515 2326 $269,816 1190 592,820 346 $52,592 1666 1156,604 100 $20,000 6799 $777,197 h:\Pdata \10104114 \wstsummaryphase flAs SR -73 /JAMBOREE ROAD OVERCROSSING FINAL PS & E OPTIONAL SERVICES TASK/HOUR BREAKDOWN Date: 3/21/05 h: �pdata1101041141costsummaryphase iioptional services.xls TASK Phase tl - FINAL PS &E PROJECT DIRECTOR SENIOR ENGINEER/ PLANNER PROJECT ENGINEER DESIGN TECHNICIAN STRUCTURAL ENGINEER CADD DESIGNER/ PLANNER 2 -MAN SURVEY CREW TOTAL Hours $175 Hours $135 Hours ' $116 Hours $78 Hours $152 Hours $94 Hours $200 Hou $ 10.3 Layout Plans /Key Map 0 0 2 270 6 696 8 624 0 0 8 752 0 0 24 2,342 10.4 Profile and Superelevation Plans 0 0 4 540 16 1,856 8 624 0 0 12 1,128 0 0 40 4,148 10.9 Construction Stage and Traffic Handling 0 01 8 1,0801 16 1,856 16 1,248 0 0 16 1,504 0 0 56 5,688 10.15 Highway Planting and Irrigation Plans 0 0 8 1,080 16 1,856 24 1,872 0 0 18 1,692 0 0 66 6,500 TOTAL FEE - PHASE II OPTIONAL SERVICES 0 $0 22 $2,970 54 $6,264 56 $4,368 0 $0 54 $5,076 0 $0 186 $18,678 h: �pdata1101041141costsummaryphase iioptional services.xls _1 1C:DJ rKum: �J z 7149391654 T' -19 644 3318 P.1/1 Fax #: �,a 4 CERTIFICATE OF INSURANCE CHECKLIST CIS of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. ^ bs From: Choulw.rA Date Received: Dept. /Contact Received Date Completed: D17 Sent to: -ff'lcuuvtA By: KAa F1ra S Company /Person required to have certificate: _ CO ✓tS�W� i"l Yin I. GENERAL LIABILITY I ` S rn Ya �� ` r C / O A. INSURANCE COMPANY: pAAGI. `- B. AM BEST RATING (A: VII or greater): C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? $ Yes ❑ No LIMITS (Must be $1M or greater): What is limit provided? E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ❑ No F. ADDITIONAL JqNSURED WORDING TO INCLUDE (The City its taYes officers, officials, employees and volunteers): Is it included? Yes ❑ No G, PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? lia'Yes No J H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification o cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. IT. AUTOMOBILE LIABILITY Q -F� re 71 �S A. INSURANCE COMPANY: w B. AM BEST RATING (A: VII or greater): C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? Yes El No D. LIMITS (Must be $11M min. BI & PD and $500,000 UM): What is limits provided? 1 Q L IDvw ) E. ADDITIONAL: INSURED WORDING TO INCLUDE (The City its ❑ No officers, officials, employees and volunteers): Is it included? ICI Yes F. PRIMARY 8 NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it includetl? t� pr ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision at requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION I A. INSURANCE COMPANY: V'l GNA�I 'o B. AM BEST RATING (A: VII or greater): XVU C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? files ❑ No IF NO WHICH ITEMS NEED TO BE COMPLETED? b CC. U..rty2,