Loading...
HomeMy WebLinkAboutC-8833-1 - PSA for Balboa Blvd and Newport Blvd Pavement Rehabilitation Project Designi (10 CC) AMENDMENT NO. ONE TO DD PROFESSIONAL SERVICES AGREEMENT WITH PSOMAS FOR V BALBOA BOULEVARD AND NEWPORT BOULEVARD PAVEMENT REHABILITATION PROJECT DESIGN THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 30th day of May, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and PSOMAS, a California corporation ("Consultant"), whose address is 555 South Flower Street, Suite 4300, Los Angeles, California 90071, and is made with reference to the following: RECITALS A. On March 8, 2022, City and Consultant entered into a Professional Services Agreement ("Agreement") to provide professional design and engineering services for the Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project ("Project"). B. The parties desire to enter into this Amendment No. One to reflect additional Services not included in the Agreement, to extend the term of the Agreement to December 31, 2025 and to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on December 31, 2025, unless terminated earlier as set forth herein." 2. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement, and Exhibit A to this Amendment No. One shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. COMPENSATION TO CONSULTANT Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. Exhibit B to the Agreement, and Exhibit B to this Amendment No. One shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Five Hundred Eighty Five Thousand Six Hundred Ninety Six Dollars and 00/100 ($585,696.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subconsultant fees, in an amount not to exceed Fifty Seven Thousand One Hundred Thirty Dollars and 00/100 ($57,130.00). 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] PSOMAS Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California unicipal corporation Date: S'�/ Z/�� Date: T 20 7-3 By:jt5�;40dZ) By: _ '*%— ron C. Harp 5• ZZ•Z7 o1c, Gr ce . Leung ity Attorney C4<Manager ATTEST: CONSULTANT: PSOMAS, a California Date:; �'�23 corporation Date: r 1 to 7a" A� rmrnDa.,," -'� Brown City Signed in Counterpart By: Robert J. Talafus Vice President Date: By:_ Signed in Counterpart Chad Wilson Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements PSOMAS Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATT RNEY'S OFFICE �- Date: Z z Z 13 �J By: a n C. Harp s•zz-z3 wc, Cit�Attorney ATTEST: Date: in Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager CONSULTANT: corporation Date: By: Robert J. Talai Vice President PSOMAS, a California Date: � /,z,?j7,3 Bv: Cw P;� A")� Chad Wilson Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements PSOMAS Page 3 EXHIBIT A SCOPE OF SERVICES PSOMAS Page A-1 EXHIBIT A SCOPE OF SERVICES ADDITIONAL SERVICES PROJECT UNDERSTANDING Additional design work per this Amendment No. One includes developing a plan for pavement rehabilitation of the existing asphalt roadway, reconstruction of deteriorated concrete flatwork, completion of ADA improvements within the project areas, adjustment of utilities to grade, and installation of street signs and pavement striping on 32" d Street between Balboa Boulevard and Marcus Avenue. The additional scope of work excludes pavement engineering services. The City has elected to provide pavement rehabilitation criteria and denote any dig -out locations. Consultant shall complete the design to upgrade/construct (2) two curb ramps to current standards. Specifically, one (1) curb ramp is at the northwest curb return at 32" d Street and Lake Avenue and the other is at the easterly side of 32nd Street fronting the midblock crosswalk adjacent to the shopping plaza driveway approach. It is anticipated that the existing street light at the midblock crosswalk will be removed and relocated for the new curb ramp. SCOPE OF WORK Task 1 -Design Surveying The limits of the survey as discussed are shown Exhibit "C." Cross -sections will be collected at approximate 25-foot intervals from back of sidewalk to back of sidewalk. Cross -sections of the sidewalks and streets will include the following information: • Top of curb • Driveways & curb cuts • Surface -visible utilities in sidewalk and street • Natural Ground • Pavement striping • Drainage Structures • Back of Sidewalk • Sign posts • Parking meters • Crosswalk delineations • Curb Ramps Horizontal control will be relative to the North American Datum of 1983 (NAD83), with coordinates based on the California Coordinate System (CCS83, Zone VI) based on the Orange County horizontal control network's latest adjustment. Vertical control will be based on the County of Orange benchmark system, relative to the North American Vertical Datum of 1988 (NAVD88), 1995 adjustment. Task 2 -Base Mapping Once field activities have been performed and the data has been processed, Consultant will then revise the base map per the data collected in Task 1 above and results of research, signing & striping inventory and utility coordination discussed in Task 4 below. The revised base map will include, as a minimum, street centerlines, right-of-way lines, field located topographic features, one -foot contour lines, all existing utility lines and existing signing and striping. The revised base map will be field verified by Consultant. Concurrent with the Topographic Mapping task noted above, Consultant will tie in centerline monuments within the project's limits to establish the centerlines of the street. Monuments at centerline intersections, angle points and/or points of curvature will be tied in and noted as to what was found. Crossing street centerlines will be established at record map angle. The centerline and right of way will extend to Newport Boulevard. Task 3 — Plan Preparation (30%, 90%, 100% Design) Research and Data Collection — Consultant will gather and review all available information such as preliminary engineering reports, record drawings, assessor's parcel maps, right-of-way maps, street centerline ties, city and county map records and utility maps. Utility Coordination — City staff will send out the first utility request for 32nd Street and will forward the received maps/atlas to Consultant. Consultant will identify utilities within project limits on construction drawings. Consultant will send out utility verification and/or relocation notices. Utility adjustments and relocations will be shown on contract drawings. Signing and Striping Inventory — Consultant will document all existing signs and striping, identify the sign type, size, orientation and condition, identify striping types and pavement markings and markers necessary to create the additional Signing and Striping plans. The City may modify the existing signing and striping as part of design. Construction Plans — Consultant will revise the plans to add the pavement rehabilitation improvements for 32nd Street to the construction plans. For clarity purposes, details will be drawn at a larger scale. Consultant will update the Title Sheet, Horizontal Control Sheet, Typical Sections, Plan and Profile Sheets, Details, and Signing and Striping Plans to include the 32n6 Street improvements. The Signing and Striping Plans will include replacing and upgrading signs to meet MUTCD standards and identify missing signs per MUTCD standards. Final Signing and Striping plans will be a complete consolidation of signs that incorporate City review comments. All new required traffic signal detector loops within City of Newport Beach jurisdiction will be proposed on the Signing and Striping Plans. Street cross sections showing existing condition and proposed improvements will be provided at every 25-foot interval. Drawings will be prepared in AutoCAD Civil 3D 2018 and will comply with City CAD standards. Special Provisions — Consultant will revise the Special Provisions to the Standard Specifications for Public Works Construction (2015 Edition) in Microsoft Word to add the 32nd Street improvements. An electronic copy in Microsoft Word format will be submitted at the completion of design. Cost Estimate — Consultant will add the 32nd Street improvements to the itemized cost estimate. Quantity back-ups will also be submitted with the cost estimate. Cost Estimate will be prepared in Microsoft Excel format. This will be an Engineer's Estimate of Probable Cost and Contractor is responsible for preparing their own construction cost estimate for their purposes. This Engineer's estimate is intended to assist the City in evaluating Contractor bids. Milestone submittals include: A. 30 Percent (30%) Base Map- Includes a strip plot (plan view only) showing existing topography and/or aerial, utilities, and signing and striping of 32nd Street. B. 90 Percent (90%) Design — Includes draft final plans, completed specifications, and final quantities and cost estimates. All 30% design review comments will be addressed at this time. C. 100 Percent (100%) Final Design — Includes final plans, completed specifications, and final quantities and cost estimates. All 90% design review comments will be addressed at this time. Task 4 — Project Management and Coordination Consultant will continue to meet with City staff during the design process to review and discuss progress and coordinate courses of action. Consultant will continue to provide project management and coordination between the City, Consultant and other Project Consultants. Maintain communications with the City relating to development of the project design and technical issues and/or decisions. Task 5— Construction Support Services As -built Drawings and Project Close Out — Upon completion of construction, Consultant will prepare as -built drawings based on Contractor mark-ups to add the 32nd Street improvements. As -built drawings will be submitted in AutoCAD and Adobe (PDF) format. Mylar hard copies are not required. The following items are excluded in this proposal: • Pavement Engineering Services- City will provide pavement rehabilitation criteria and any dig -out locations • Landscape & Electrical Engineering Services • Utility Design Services, unless noted above • Hydrology and Hydraulics Analysis • Water Quality Management Plan • Storm Water Pollution Prevention Plan • Right of way or property acquisitions • Pre -Construction Corner Records or Record of Survey • Review of title reports • Encroachment permit cost • Permits from other agencies besides the City of Newport Beach will not be required. • Traffic Control Plans • Temporary Traffic Signal plans are assumed not required and are excluded. • Signal timing development is assumed not required and is excluded. • Signal interconnect design is assumed not required and is excluded. • Signal modification plan at Balboa Avenue and 32nd Street is assumed not required and is excluded. EXHIBIT B SCHEDULE OF BILLING RATES PSOMAS Page B-1 EXHIBIT B BILLING RATES FOR THE ADDITIONAL SERVICES ADDED BY AMENDMENT NO. ONE Task Total Task 1 (Design Surveying) $7,300.00 Task 2 (Base Mapping) $6,642.00 Task 3 (30% Design) $4,750.00 Task 3.1 (90% Design) $21,032.00 Task 3.2 (100% Design) $5,484.00 Task 4 (Project Management and Coordination)$8,800.00 Task 5 (Construction Support) $3,122.00 TOTAL Amendment No. One Not to Exceed $57,130.00 i PROFESSIONAL SERVICES AGREEMENT WITH PSOMAS FOR U BALBOA BOULEVARD AND NEWPORT BOULEVARD PAVEMENT REHABILITATION PROJECT DESIGN THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into as of this 8th day of March, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and PSOMAS, a California corporation ("Consultant"), whose address with the California Secretary of State is 555 S. Flower Street, Suite 4300, Los Angeles, California 90071 with a local address of 5 Hutton Centre, Suite 300, Santa Ana, California 92707, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Consultant to provide professional design and engineering services for the Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project ((Balboa Boulevard — West Coast Hwy to 12th St, Newport Boulevard — 30th St to 22nd St (McFadden)) ("Project"). C. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the professional services described in this Agreement. D. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on December 31, 2023, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Consultant shall perform the Services in accordance with the schedule included in Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Consultant to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.4 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by hand -delivery or mail. 4. COMPENSATION TO CONSULTANT 4.1 City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Five Hundred Twenty Eight Thousand Five Hundred Sixty Six Dollars and 00/100 ($528,566.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.2 Consultant shall submit monthly invoices to City describing the Work performed the preceding month. Consultant's bills shall include the name of the person who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Consultant only for those costs or expenses specifically identified in Exhibit B to this Agreement or specifically approved in writing in advance by City. PSOMAS Page 2 4.4 Consultant shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER 5.1 Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Matt Heideman, P.E. to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 5.3 If Consultant is performing inspection services for City, the Project Manager and any other assigned staff shall be equipped with a cellular phone to communicate with City staff. The Project Manager's cellular phone number shall be provided to City. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Public Works Director or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Consultant in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's Work schedule. 8. STANDARD OF CARE 8.1 All of the Services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably PSOMAS Page 3 competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Consultant certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws, and legally recognized professional standards. 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 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, acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS 9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers and employees (collectively, the "Indemnified Parties"), from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), and which relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable, or any or all of them. 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the Work are under the control of Consultant, except to the extent they are PSOMAS Page 4 limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Consultant or its employees. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the Work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance of the Work or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. PSOMAS Page 5 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS 17.1 Each and every report, draft, map, record, plan, document and other writing produced, including but not limited to, websites, blogs, social media accounts and applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Additionally, all material posted in cyberspace by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents, including all logins and password information to City upon prior written request. 17.2 Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant, and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 17.3 Computer Aided Design and Drafting ("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; or (b) 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 PSOMAS Page 6 shall be submitted to City in the version of AutoCAD used by the City in .dwg file format, and should comply with the City's digital submission requirements for improvement plans available from the City's Public Works Department. 17.4 All improvement and/or construction plans shall be plotted on standard twenty-four inch (24") by thirty-six inch (36") paper size. Consultant shall provide to City digital `As -Built' drawings in both AutoCAD and Adobe PDF file format within thirty (30) days after finalization of the Project. 18. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents the Consultant's judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to Consultant or contractor bids or actual cost to City. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 20. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 21. RECORDS Consultant shall keep records and invoices in connection with the Services to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 22. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to PSOMAS Page 7 constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue Work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Consultant, the additional design, construction and/or restoration expense shall be borne by Consultant. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 25. CONFLICTS OF INTEREST 25.1 Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 25.2 If subject to the Act and/or Government Code §§ 1090 et seq., Consultant shall conform to all requirements therein. 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. 26. NOTICES 26.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. PSOMAS Page 8 26.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Public Works Director Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 26.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Robert J. Talfus, P.E. PSOMAS 5 Hutton Center Drive, Suite 300 Santa Ana, CA 92707 27. CLAIMS 27.1 Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Consultant shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Consultant's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Consultant in writing as unsettled at the time of its final request for payment. Consultant and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Consultant shall be required to file any claim Consultant may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 27.2 To the extent that Consultant's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Consultant to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor/Consultant's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Consultant shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 28. TERMINATION 28.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required PSOMAS Page 9 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, and thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 28.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for Services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. PREVAILING WAGES 29.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Consultant and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Consultant is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Consultant or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 29.2 Unless otherwise exempt by law, Consultant warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Consultant further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. 30. STANDARD PROVISIONS 30.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. PSOMAS Page 10 30.2 Compliance with all Laws. Consultant shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 30.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 30.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 30.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 30.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 30.9 Controllinq Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 30.10 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 30.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. PSOMAS Page 11 30.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] PSOMAS Page 12 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: :) '7 /tea By:)674(mo) a on C. Har oma ti • tt, Clty Attorney ATTEST: Date: 3, q. Z 0Z c Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: evin Muldoon Mayor CONSULTANT: PSOMAS, a California corporation Date: Signed in Counterpart By: Robert J. Talfus Vice President Date: By: Signed in Counterpart Chad Wilson Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements PSOMAS Page 13 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ,:? i 1-J ha ATTEST: Date: By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: yv-" I.Q. Kevin Muldoon Mayor CONSULTANT: corporation Date: ZIIe4 PSOMAS, a California By: Robert J.# Vice President Date: 07 2Y Zaz2 By: Oj Ar Chad Wilson Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements PSOMAS Page 13 EXHIBIT A SCOPE OF SERVICES PSOMAS Page A-1 Page A-1 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach Exhibit "A" SCOPE OF WORK Psomas shall provide the following services: Task 1 -Design Surveying The proposed street improvements as defined in the RFP for Balboa Boulevard are between PCH and 12th Street on Balboa Boulevard, and 30th Street to Balboa Boulevard on Newport Boulevard. With the availability of street sweeping days Monday, Tuesday and Wednesday, combined with metered parking and no parking/stopping areas, we have determined that the use of Mobile Terrestrial Lidar Scanning (MTLS) will prove a cost-effective means for data collection in the field without the sacrifice of accuracy. Parked cars, trees, surface utilities, and street furniture may still require additional conventional surveying to fill in shadow areas or identify utilities. We will use a combination of conventional surveying, fast -static GPS for horizontal control and differential digital levels for vertical control to control the 19 MTLS targets. We will also use such methods to collect check shots for tightening of MTLS registration, and the street centerline monuments. Cross-sections will be at 25 -foot intervals from back of sidewalk to back of sidewalk on the provided Location Map (Figure "A" below). Cross-sections of the sidewalks and streets will include the following information: Top of curb Flow lines • Edge of gutters • Grade breaks • Driveways & curb cuts • Surface -visible utilities in sidewalk and street • Natural ground • Pavement striping • Drainage structures • Back of sidewalk • Sign type and orientation • Weep holes • Parking meters • Crosswalk delineations • Curb ramps • Manholes (horizontally only, no invert elevations) • Tree Minimal survey of 113 ramps where truncated domes exist. Survey limits for ramps (40) without domes will include full detail of ramps and surrounding surface features. Survey limits up to and including BCR/ECR and shots approximately 10' beyond for minimal shots within alleyways and side streets to note drainage direction. (8 alleys within project limits are excluded as they were previously completed under Contract No. 7976-1). Horizontal control will be relative to the North American Datum of 1983 (NAD83), with coordinates based on the California Coordinate System (CCS83, Zone VI) based on the Orange County horizontal control network's latest adjustment. Vertical control will be based on the County of Orange benchmark system, relative to the North American Vertical Datum of 1988 (NAVD88), 1995 adjustment. See Figure "A" below for overall lengths and locations. Note: the limits of survey for Balboa Boulevard extend to PCH beyond what is shown on the Figure. FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit A.doex Page A-2 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach Figure "A" Task 2 - Base Mapping Once field activities have been performed and the data has been processed, Psomas will prepare a base map per the data collected in Task 1 above and results of research, signing & striping inventory and utility coordination discussed in Task 3 below. The base map will include, as a minimum, street centerlines, right-of-way lines, field located topographic features, one -foot contour lines, all existing utility lines and existing signing and striping. The base map will be field verified by Psomas. Concurrent with the Topographic Mapping task noted above, Psomas will tie in centerline monuments within the project's limits to establish the centerlines of the street. Monuments at centerline intersections, angle points and/or points of curvature will be tied in and noted as to what was found, depth, and its public document reference on a street right of way base map file. Crossing street centerlines will be established at record map angle. Balboa Boulevard and crossing street rights of way will be established at record offset as shown on record maps and county assessor maps. Task 3 - Plan Preparation (30%, 50%, 90% and 100% Design) Research and Data Collection — Psomas will gather and review all available information such as preliminary engineering reports, record drawings, assessor's parcel maps, right-of-way maps, street centerline ties, city and county map records and utility maps. Utility Coordination — City staff will send out the first utility request and will forward the received maps/atlas to Psomas. Psomas will identify utilities within project limits on construction drawings. FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit A.docx Page A-3 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach Psomas will send out utility verification and/or relocation notices. Utility adjustments and relocations will be shown on contract drawings. Signing and Striping Inventory — Psomas will document all existing signs and striping, identify the sign type, size, orientation and condition, identify striping types and pavement markings and markers necessary to create the Signing and Striping plans. The City may modify the existing signing and striping as part of design. Provide Pavement Report — GMU will provide a pavement report, which includes determination of existing pavement structural sections and several recommended flexible pavement structural sections Field pavement coring shall also be included. Isolated pavement reconstruction "dig -outs" shall be identified (if applicable). The purpose of this task is to evaluate the conditions of the pavements, to record a detailed condition analysis in conjunction with a proposed materials investigation, and to then prepare a recommended course of structural improvements for all asphalt pavement areas. The following proposed structural investigation, by pavement coring method and laboratory analysis, provides the City with a rational design, enhancing future pavement performance and reducing risks. The comprehensive study defines subgrade strengths (R -Value Test Method) beneath the pavement surface which may impact both construction logistics and long-term performance prior to pavement construction operations. All testing and engineering services proposed herein will provide current structural needs and reinforcement requirements based upon the California Highway Design Manual. GMU Pavement Engineering will provide the following services: Document Review and Dig Alert Coordination GMU will perform a document review of existing as -built drawings and past geotechnical/pavement reports provided to us. The information gathered from this review will be considered in the analysis (i.e., existing pavement section thicknesses, date of last pavement improvement work, etc.). Pavement coring locations will be marked and Dig Alert (Underground Service Alert) will be notified to assess potential conflicts with known underground utilities prior to performing pavement corings. Deflection Testing and Analysis Non-destructive pavement deflection testing will be performed in accordance with California Test 356. Deflection testing involves applying an impact load (simulating truck traffic) and measuring the corresponding deflection response. Generally, lower deflection readings indicate a stronger pavement section whereas higher deflection measurements indicate weaker pavement section. Benefits of deflection testing include: • Compared to pavement repair recommendations derived primarily from coring data and FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit A.docx Page A-4 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach subgrade R -value tests, performing deflection testing and analysis of deflection data often allows more cost-effective pavement repair recommendations to be developed. Allowing the in-place structural capacity to be determined and analyzed. Identification of potential weak areas that visual surface inspection cannot. We propose to perform deflection testing at 250 -foot intervals. Each deflection test point will be geo- referenced using a sub -meter accuracy GPS system. The tests will be staggered between the lanes in both directions of travel to increase the coverage of each section. The approximate total number of test points is 210. One (1) day of pavement deflection testing will be performed. Moving closure traffic control (traffic control truck with arrow boards) following behind the deflection testing equipment will be utilized. We assume that traffic control plans will not be required. If required, we can revise our estimate accordingly to include the cost to prepare and stamp the plans. Ground Penetrating Radar Testing and Analysis GMU will perform ground penetrating radar (GPR) testing services. Ground penetrating radar testing involves sending radar signals into the pavement and analyzing the generated images to identify AC, AB, and PCC layers and their thicknesses on a continuous basis. The approximate location of underlying PCC can be determined with this type of testing and can be compared to information derived from the as -built plans. Deliverables will include tabular results and cross-sectional plots. We are assuming the following: • One (1) single channel GPR file per surveyed lane, all through travel lanes • Data will be collected with a GSSI SIR -20 and a 2GHz horn antenna. GPS will also be collected w/ the GPR data resulting in a DZT, DZX, and DZG file for each lane surveyed. • A metal plate "jump test" will be collected on the day of data collection Subsurface Exploration GMU will obtain an encroachment permit from the City of Newport Beach for the proposed subsurface exploration. We have assumed permits from other agencies are not required. GMU will perform a total of 16 pavement corings. Our budget assumes two (2) days of pavement coring will be performed. We propose to perform subsurface exploration between the hours of 8 am and 5 pm. The subsurface exploration will be performed to a maximum depth of four feet (4) below the top of the existing asphalt surface using an electric -powered core drill. Sampling and digging below the AC section will be performed using hand tools. The thickness of the existing asphalt concrete (AC) and aggregate base (AB), if present, will be recorded. Paving fabric will be documented, if encountered. Underlying PCC, if encountered, will be recorded. Bulk samples of the subgrade soil will be collected. Upon completion of the sampling, the core hole will be backfilled with soil cuttings or other suitable backfill materials and capped with asphalt concrete cold patch. FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit A.docx Page A-5 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach Traffic control will consist of single lane closures, performed in accordance with the WATCH Manual. Traffic control will consist of cones and arrow boards that will redirect vehicles around our work zone. GMU assumes that traffic control plans will not be required and costs to have traffic control plans prepared or stamped are not considered in our fee. Laboratory Testing Perform laboratory testing of the samples collected from the pavement corings in our in-house Caltrans certified pavement materials laboratory. Testing may include the following: • Maximum density and optimum moisture content • Laboratory soil classification (Atterberg Limits and Percent Passing No. 200 Sieve) • R -value testing • In-place moisture content The exact type and quantity of tests will be dependent on the conditions encountered. Laboratory tests to develop mix design recommendations (i.e., cold or hot in-place recycled AC, full - depth reclamation with cement treatment, etc.) is not included in the proposed laboratory testing program. Mix design laboratory testing services can be provided under a separate proposal if those types of pavement repair strategies are later recommended. Pavement Engineering Analysis Pavement engineering analysis will be performed in accordance with the Caltrans Highway Design Manual. Caltrans AC design methodology consists of two primary design procedures. For complete reconstruction strategies (or patches), Caltrans methodology considers the relationship between the traffic index (TI), subgrade soil strength (through R -value testing), and the gravel factors of the various pavement layers, to allow us to calculate the required replacement pavement thicknesses. For rehabilitation strategies (i.e., mill -and -overlay, cold/hot in-place recycling, etc.), Caltrans methodology considers the deflection testing's readings and compares it to "tolerable" deflections to assess structural adequacy. Variables such as the in-place AC pavement thickness and design traffic index are factored into the analysis to determine the required mill -and -overlay thickness to achieve structural adequacy. Identification of Isolated AC Repair Locations Identifying localized AC repair areas can be very subjective. A GMU Pavement Engineer will identify isolated AC repair locations, based on a combination of factors such as: • Type and severity of the pavement surface distress type (i.e., medium- or high -severity load - related distresses such as alligator cracking or depressions). • Deflection testing data (i.e., areas with exceedingly high deflection measurements). • Coring data (i.e., areas with inadequately thick in-place pavement) • Laboratory data (i.e., areas with high subgrade moisture content). FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit A.docx Page A-6 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach The locations will be marked on a plan and provided to the civil design firm to incorporate into the street improvement plans. Areas highly recommended for isolated AC repairs (i.e., "must do" areas) will be illustrated in red. Areas that are recommended for isolated AC repairs (i.e., "on -the -fence") will be illustrated in orange. Ideally, all red and orange areas should be addressed with an isolated AC repair; however, we understand that often times, amount of isolated AC repairs will need to be prioritized and this approach allows flexibility for the design team to do so. Our cost includes two (2) days for a GMU pavement engineer to perform a walking survey and map the limits of the recommended patch repair areas. Pavement Evaluation Report One draft report and one final report will be prepared to summarize our findings and conclusions. The final report will include: • Summary of information gathered from the document review; • Project location map; • Subsurface exploration location map; • Pavement coring information (asphalt concrete thickness, fabric, aggregate base thickness, subgrade soil type, etc.) • Select photographs of the pavement surface condition; • Deflection results; • GPR pavement thickness testing results; • Laboratory testing results; • Localized pavement repair location map; and • Pavement rehabilitation strategy recommendations, including thickness recommendations. GMU will provide two (2) pavement repair recommendations to provide options for the City. GMU possesses extensive experience in developing cost-effective pavement repair alternatives, including the following: • Localized AC repairs (patches) followed by mill -and -overlay repair using conventional AC or rubberized AC pavement; • Cold in-place (CIR) or cold central plant recycled (CCPR) asphalt concrete (AC) pavement; • Cement stabilized pulverized base (CSPB) as part of the pavement structural section; • Cement- or lime -stabilized soils (CSS or LSB) for subgrade stabilization and/or as part of the pavement structural section; • Fiber -reinforced asphalt concrete (FRAC) to improve reflective cracking resistance and/or reduce required AC thickness; • Rubberized hot -mix asphalt (RHMA or ARHM overlays); • Geogrid/geotextiles to reduce required aggregate base thickness or to stabilize subgrade conditions; and more. FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit A.doex Page A-7 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach The procedures described above and GMU's experience in design and construction of these strategies allows us to recommend cost-effective alternative pavement repair strategies. The final report will be signed and stamped by a California registered civil engineer. Construction Plans — Construction drawings will be at a scale of 1 inch = 40 feet. For clarity purposes, details will be drawn at a larger scale. As a minimum, construction drawings will include a Title Sheet, Typical Sections, Plan and Profile Sheets, Details, and Signing and Striping Plans. The Signing and Striping Plans will include replacing and upgrading signs to meet MUTCD standards and identify missing signs per MUTCD standards. Final Signing and Striping plans will be a complete consolidation of signs that incorporate City review comments. All new required traffic signal detector loops within City of Newport Beach jurisdiction will be proposed on the Signing and Striping Plans. Drawings will be prepared in AutoCAD Civil 3D and will comply with the City's CAD standards. Once design has been completed, Psomas will submit electronic files of each submittal and final drawings in both AutoCAD and Adobe (PDF) formats. Traffic Signal Modification Plan (Caltrans) - Psomas will prepare one (1) Traffic Signal Modification Plan per Caltrans standard at the intersection of Pacific Coast Highway & Balboa Boulevard. Psomas will perform one (1) site visit and verify existing condition at the intersection. Plan will be prepared adhering to the latest Caltrans' Standard plans, formats and requirements. Plan will be prepared at a scale of 1"=20'. Plan will show new, removed, existing, and relocated signal equipment as applicable, along with the proper conduit and conductor dispositions. Temporary Traffic Control Plans (Caltrans) - Psomas will prepare Temporary Traffic Control Plans that extend into Caltrans' jurisdiction, as part of the encroachment permit. Plans will follow Caltrans' standards and requirements at a scale of 1 "=40' for purposes of pavement rehabilitation on Balboa Boulevard. It is our assumption that temporary traffic control will be needed to submit to Caltrans for the northbound and southbound closure of W Balboa Boulevard. Up to two (2) stages of Temporary Traffic Control plans are expected. Procure Caltrans Encroachment Permit and Processing- Psomas will complete an Encroachment Permit form and submit it along with required construction documents for processing, review and issuance of permit by Caltrans District 12. It is our assumption the contractor will submit a separate double permit prior to construction. Special Provisions — Psomas will prepare Special Provisions to the Standard Specifications for Public Works Construction (2015 Edition) in Microsoft Word. An electronic copy in Microsoft Word format shall be submitted at the completion of design. City staff will provide a Special Provision boilerplate. Cost Estimate — Psomas will prepare an itemized cost estimate. Quantity back-ups including bid item quantities per plan sheet shall also be submitted with the cost estimate. Cost Estimate will be prepared in Microsoft Excel format. This will be an Engineer's Estimate of Probable Cost and Contractor is FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit A.docx Page A-8 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach responsible for preparing their own construction cost estimate for their purposes. This Engineer's estimate is intended to assist the City in evaluating Contractor bids. Progress submittals and/or meetings will be required throughout the design process. Milestone submittals include: A. 30 Percent (30%) Base Map- Includes a strip plot (plan view only) showing existing topography and/or aerial, utilities, and signing and striping. B. 50 Percent (50%) Design — Includes preliminary title sheet, typical sections, plan and profile sheets, preliminary striping plan, cross sections, outline of specifications and preliminary quantities and cost estimates. Identify potential drainage issues and propose improvements to address any drainage deficiencies. Submit cross sections that show existing and proposed cross slopes. All 30 percent design review comments shall be addressed at this time. C. 90 Percent (90%) Design — Includes draft final plans, completed specifications, and final quantities and cost estimates. All 50% design review comments will be addressed at this time. D. 100 Percent (100%) Final Design— Includes final plans, completed specifications, and final quantities and cost estimates. All 90% design review comments will be addressed at this time. City Responsibilities — The City shall provide the following items to assist Psomas in completing the services: . Existing plans that are available and applicable to the proposed project . Design criteria and standards that are available and applicable to the proposed project . Utility Maps/Atlas received from utility owners . Sample contract documents from previous projects for reference . City's GIS system with City owned utilities (water, sewer, and storm drain) Task 4 - Project Management, Coordination and Meetings Psomas will meet with City staff and/or Caltrans District 12 during the design process to review and discuss progress and coordinate courses of action. It is anticipated that a maximum of six (6) design meetings will be required in addition to an initial project kick-off meeting, and project submittal meetings at 30%, 50%, 90% and 100% design submittals. Psomas will provide project management and coordination between the City, Caltrans, Psomas and other project consultants. We will prepare meeting agendas and minutes, distribute progress documents, and review information provided by other consultants. We will compile and coordinate submittal documents and monitor and report on project schedule, scope of work and budgets. Psomas will FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal PSA Exhibit A.docx Page A-9 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach maintain communications with the City relating to development of the project design, technical issues and decisions, and requests for information from other team members or agencies. Task 5 — Construction Support Services Psomas shall revise final construction drawings, project specifications, and bid addendum during the bidding process and resolve discrepancies. Psomas shall attend the pre -construction meeting and shall be available to respond to questions. Psomas shall review shop drawing and/or material submittals related to the design. Psomas shall provide guidance and recommendations to the City with respect to the Contractor's general conformance to plans and specifications. Psomas will not be responsible for project construction inspection but will provide observation when appropriate and provide clarifications and recommendations as issues arise relative to the plans prepared by the team. Construction duration is assumed to be approximately eight (8) months for purposes of estimating these services. As -built Drawings and Project Close Out — Upon completion of construction, Psomas shall prepare as- built drawings based on Contractor mark-ups. As -built drawings shall be submitted in AutoCAD and Adobe (PDF) format. Mylar hard copies are not required. The following items are excluded in this proposal: • Aerial mapping and Orthophoto production • Legal descriptions and plats for permanent and temporary acquisitions • Invert elevations of wet utilities • Right of way or property acquisitions • Pre -Construction Corner Records • Record of Survey • Construction Staking • Procurement of a Caltrans Encroachment Permit for design surveying purposes. • Preparation of a Traffic Control Plan for design surveying purposes. • Research and review of easement deeds or title reports • GMU assumes that pavement corings will be performed outside of Caltrans right-of-way and permits from other agencies besides the City of Newport Beach are not required. If required, Caltrans encroachment permits can be obtained. • GMU assumes the City of Newport Beach will provide the Psomas Team a free encroachment permit for our field investigations. We have assumed that permits from other agencies will not be required and those costs to obtain such permits have not been included. • GMU assumes that traffic control plans are not required, and the traffic control is performed using WATCH Manual. FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit A.docx Page A-10 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach • GMU assumes backfilling the boreholes with the soil cuttings and surfacing them with AC cold patch is acceptable. Sand blasting to remove Dig Alert markings, pavement grinding, and hot asphalt patch were not considered in our cost estimate. • This proposal specifically excludes the assessment of environmental characteristics, particularly those involving hazardous substances at the site. In the event suspicious subsurface materials are encountered, visually or by odor, in the geotechnical test borings, such drilling will be immediately terminated until we receive direction from the City. GMU will notify Psomas, as soon as possible, of such an occurrence. Psomas and GMU will mutually decide whether to continue, modify, or cease the remainder of the drilling program or whether an environmental assessment should be conducted. All added costs incurred because of suspected hazardous substances will be charged on a time and expense basis over and above the established fees for the site investigation. • Utility relocation design is not required and is excluded. Utility information will be obtained by researching existing improvement plans. Potholing is assumed not to be required. • Temporary Traffic Signal plans are assumed not to be required and are excluded. • Design Exceptions and the development of Caltrans Design Standard Decision Document (DSDD) is assumed not to be required and is excluded. • Relocation, removal or design of any existing overhead or underground dry utility systems (on- or off-site) affected by the proposed project improvements. • Field identification of utility lines/conflicts. It will be the responsibility of the City and their contractor to coordinate any necessary pothole/survey effort in the field. The City and contractor are responsible for contacting a utility locating service such as Dig Alert to verify any utility system locations. • Plan check submittal, Caltrans encroachment permit fees, and associated fees will be the responsibility of the client. • Traffic Signal Modification Plans within City of Newport Beach jurisdiction are currently assumed not required and is excluded. Psomas can provide such services for an additional fee of $15,000 per each signalized intersection where signal equipment is required to be relocated or replaced along project limits. • Site and landscape lighting and electrical engineering services. • Traffic control within City of Newport Beach jurisdiction will follow the WATCH manual and therefore excluded • Signal timing development is assumed not required and is excluded. • Signal interconnect design is assumed not required and is excluded. • Construction Phasing Exhibit FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit A.docx EXHIBIT B SCHEDULE OF BILLING RATES PSOMAS Page B-1 Page B-1 February 8, 2022, Revised Balboa Boulevard and Newport Boulevard Pavement Rehabilitation Project City of Newport Beach Exhibit "B" Task 1 (Design Surveying) - $39,215 Task 2 (Base Mapping) - $82,472 Task 3 (Plan Preparation (30%, 50%, 90% and 100% Design) - $286,173 Task 4 (Project Management, Coordination and Meetings) - $71,554 Task 5 (Construction Support Services) - $40,352 Other Direct Costs (Reimbursables) - $8,800 Psomas shall provide services denoted as Tasks 1 through 5 per Exhibit "A" with a Total Not -To -Exceed fee of $528,566 FAEngr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Newport Blvd and Balboa Blvd - Pavement Rehabilitation\Balboa Blvd and Newport Blvd -Pavement Rehab Proposal_PSA Exhibit B.docx EXHIBIT C INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES 1. Provision of Insurance. Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Consultant shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. PSOMAS Page C-1 D. Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation (except for nonpayment for which ten (10) calendar days' notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least PSOMAS Page C-2 fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Consultant shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Consultant sixty (60) calendar days' advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Right to Review Subcontracts. Consultant agrees that upon request, all agreements with subcontractors or others with whom Consultant enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. 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- PSOMAS Page C-3 insurance will not be considered to comply with these requirements unless approved by City. G. 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. H. 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. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. 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. PSOMAS Page C-4 Easas.&_ Subject: PSGM/SreEdx fi:npliame Date: Mardi 30, 2022 2:36:20 PM Agxl:menta: -& insured Name_ PSOMAS n Ae-um Number: 8833A Address: 5 Hueou Centre, Suite 300, Santa Ana, CA, 92707 Status Cuner:0y in Camplia— Raymund Reyes I Sr. Management Analyst Public Works Department I City of Newport Beach 100 Civic Center Drive, Bay D, 2nd Floor Newport Beach, CA 92660 949-644-33251 rraesltane portbeachca eeo Accaurtt lrtfannatian Account Number: 0833-1 Risk Type: Pmtessional Services Agreement Da Not Call. Q Address Updated: U Address Information Mailing Address Physical Address Insured: PSOMAS Address i-. 5 Hutton C—" Address 2: Suite 300 City Santa Ana Stak, CA Zip_ 92707 Cc-" C.Mr—firm—tan Centrad Number 8833-1 Contract Start Date: 03/0812022 Contract End Data 121!12023 Raymund Reyes I Sr. Management Analyst Public Works Department I City of Newport Beach 100 Civic Center Drive, Bay D, 2nd Floor Newport Beach, CA 92660 949-644-33251 rraesltane portbeachca eeo