Loading...
HomeMy WebLinkAboutC-2928(A) - Consultant Agreement for 1992-93 Measure M Street RehabilitationCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 T0: FINANCE DIRECTOR FROM: CITY CLERK DATE: February 5, 1993 SUBJECT: Contract No. C-292864) Description of Contract Consultant Agreement for 1992 -93 Measure M Street Rehabilitation Effective date of Contract February 5, 1993 Authorized by Minute Action, approved on January 25, 1993 Contract with Norris - Repke, Inc. Address 18231 Irvine Boulevard, Suite 204 Tustin, CA 92680 Attn: Jack P. Norris. P.E. Amount of Contract (See Agreement) "x� e - Wanda E. Raggio City Clerk WER :pm Attachment 3300 Newport Boulevard, Newport Beach • • • 0 JAN 2 5 1993 TO: Mayor and City Council FROM: Public Works Department 0 January 25, 1993 CITY COUNCIL AGENDA ITEM NO. 5 SUBJECT: 1992 -93 Measure M Street Rehabilitation (C- 2928)/;) RECOMMENDATION: Authorize the Mayor and the City Clerk to execute a consultant agreement with the firm of Norris - Repke, Inc. DISCUSSIONS: The FY 1992 -93 budget contains an appropriation of $1,207,000 for reconstructing and resurfacing local and arterial streets using funds provided through the Measure M Turnback Program. Staff has selected the following streets for this year's rehabilitation (see attached location map): 1. Lake Street, from 32nd Street to 36th Street 2. Jamboree Road, from PCH to Bayside Drive 3. Marine Avenue, from Bayside Drive to Balboa Island bridge 4. Bayside Drive, from Jamboree Road to PCH 5. Dover Drive, from PCH to Westcliff Drive 6. 16th Street, from Dover Drive to Seagull Lane 7. Cliff Drive, from Dover Drive to Tustin Avenue 8. Clay Street, from Irvine Avenue to St. Andrews Road Work needed along these streets ranges from total reconstruction to mere patching plus asphalt overlay; removal and reconstruction of defective portland cement concrete improvements; root pruning or street tree replacement, plus installation of root barriers; construction of curb access ramps; and restriping. The pavement improvements will strengthen the roadbed for approximately 20 years of additional life. The total cost of the rehabilitation is anticipated to be less than the appropriation; however, the remaining funds may be applied to future -year Measure M Turnback Program contracts. Staff has obtained a proposal from the firm of Norris - Repke, Inc., Consulting Civil Engineers and Land Surveyors, to provide engineering services for the contract. Norris - Repke's proposal includes, but is not limited to, providing the following services: Meeting with Staff as needed to establish design parameters, obtain copies of City records, and review work progress. • 0 Subject: 1992 -93 Measure M Street Rehabilitation (C -2928) January 25, 1993 Page 2 2. Providing on -site pavement and subgrade testing and laboratory analysis, and preparing a design report (by subcontract). 3. Performing on -site topographic surveys. 4. Locating and marking out pavement defects and portland cement concrete improvements to be reconstructed. 5. Preparing cross section and profile geometric design analyses for certain streets to be rehabilitated. 6. Preparing plans, specifications and estimates (PS &E) in computerized files, which will be finally transmitted to the City in ASKII and Wordperfect formats. 7. Revising PS &E as agreed subsequent to review by Staff. 8. Responding to questions posed by bidders, attending the preconstruction conference, and resolving all design - related problems that may arise during construction. Norris- Repke's compensation for these services is as shown on the attached Schedule of Standard Hourly Rates. Total compensation is not to exceed $69,700, including the $22,300 • subcontract to LaBelle- Marvin for pavement engineering services. The City will be indemnified under Norris- Repke's insurance policies for general and professional liability. Norris - Repke will require approximately 19 weeks to complete the services. 40 94 Benjamin B. Nolan Public Works Director LD:so Attachments • 0 L] 0 SCHEDULE OF STANDARD HOURLY RATES Principal Engineer .. ........................$100.00 Project Manager ............................. 94.00 Project Engineer ............................ 78.00 Design Engineer ............................. 65.00 Designer........... 57.00 Senior Drafter /Technician ................... 57.00 Drafter / Technician .......................... 45.00 Technical Aide /Jr. Drafter .................. 37.00 is Clerical ..... ............................... 34.00 Licensed Land Surveyor.. 85.00 Survey Crew (3- man) ...... .........................180.00 (2- man) ...... .........................150.00 Survey Travel Time 1st one -half hour each way ..... 1 /2 crew rate After 1st one -half hour each way ......... N /C • The above fees will be escalated 6% on each August 1 beginning August 1, 1993, for any work uncompleted at that time for reasons beyond Engineer's control. Outside agency fees and reproductions are not included in above fees and will be billed at cost plus 10%. NORRIS- REPKE, INC. CONSULTANT AGREEMENT THIS AGREEMENT, entered into this day of 1993, by and between the City of Newport Beach , a municipal corporation (hereinafter referred to as "CITY ") , and Norris - Repke, Inc., whose address is 18231 Irvine Boulevard, Suite 204, Tustin, CA 92680 (hereinafter referred to as "CONSULTANT ") , is made with reference to the following: RECITALS A. CITY is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the charter of CITY. B. The principal members of CONSULTANT are Jack P. Norris and Warren W. Repke. C. CITY desires to engage CONSULTANT to provide engineering services for 1992 -93 Measure M Street Rehabilitation upon the terms and conditions contained 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 day of execution shown above and shall terminate upon the completion of all services to be performed, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED CONSULTANT shall perform the tasks set forth in Exhibit "A ", attached hereto and incorporated herein by this reference. 3. COMPENSATION TO CONSULTANT CONSULTANT shall be compensated for services performed pursuant to this Agreement in the amount and manner set forth in Exhibit "B ", attached hereto and incorporated herein by this reference. 4. STANDARD OF CARE All of the work shall be performed by CONSULTANT or under 1 • 0 CONSULTANT's supervision. CONSULTANT represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by CITY nor have any contractual relationship with CITY. The CONSULTANT shall be responsible to CITY for any errors or omissions in the execution of this Agreement. CONSULTANT represents and warrants to CITY that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. CONSULTANT further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. S. INDEPENDENT PARTIES CITY retains CONSULTANT on an independent contractor basis and CONSULTANT is not an employee of CITY. The manner and means of conducting the work are under the control of CONSULTANT, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment with CITY will be acquired by virtue of CONSULTANT's services. None of the benefits provided by CITY to its employees including, but not limited to, unemployment insurance, worker's compensation plans, vacation and sick leave are available from CITY to CONSULTANT, its employees or agents. Deductions shall not be made for any state or federal taxes, FICA payments, PERS payments or other purposes normally associated with an employer - employee relationship from any fees due CONSULTANT. Payments of the above items, if required, are the responsibility of CONSULTANT. 6. COOPERATION CONSULTANT agrees to work closely and cooperate fully with CITY's designated project administrator and any other agencies which may have jurisdiction or interest in the work to be performed. CITY agrees to cooperate with CONSULTANT on the 2 r project. 7. PROJECT ADMINISTRATOR CITY's Project Administrator or his authorized representative shall represent CITY in all matters pertaining to the services to be rendered pursuant to this Agreement. The Projector Administrator is Lloyd R. Dalton, P.E., of the Public Works Department. 8. PROJECT MANAGER CONSULTANT's Project Manager shall coordinate all phases of the project and shall be available to CITY at all times. CONSULTANT has designated Jack P. Norris, P.E., to be its Project Manager. 9. TIME OF PERFORMANCE The task to be performed by CONSULTANT under and pursuant to this Agreement shall be completed within 19 weeks from the day of execution shown above. CONSULTANT shall receive no additional compensation if completion of its obligation under this Agreement requires a time greater than as set forth herein, unless such extension is caused solely by the conduct of CITY. Each party hereby agrees to provide timely notice to the other of any violation occurring under this Section and the cause thereof. 10. CITY POLICY CONSULTANT shall discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the project proceeds in a manner consistent with the goals and policies of CITY. 11. COMPLIANCES AND APPROVALS OF WORK Work prepared by CONSULTANT shall comply with applicable CITY, county, state and federal ordinances, laws, rules and regulations, and shall be subject to approval of the Project Administrator. 12. PROGRESS CONSULTANT is responsible to keep the Project Administrator informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 10 0 • 13. HOLD HARMLESS CONSULTANT agrees to indemnify, defend, save and hold harmless CITY, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys' fees and court costs arising from any and all negligent actions of CONSULTANT, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement. CONSULTANT shall indemnify and hold harmless CITY, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses whatsoever, including reasonable attorneys' fees, accruing or resulting to any and all persons, firms or corporations furnishing or supplying work, services, materials, equipment or supplies arising from or in any manner connected to CONSULTANT's negligent performance of services or work conducted or performed pursuant to this Agreement. 14. INSURANCE Without limiting CONSULTANT's indemnification of CITY, CONSULTANT shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to CITY. Such policies shall be signed by a person authorized by that insurer to bind coverage on its behalf, and must be filed with CITY prior to exercising any right or performing any work pursuant to this Agreement. All insurance policies shall add as insured CITY, its elected officials, officers and employees for all liability arising from CONSULTANT's services as described herein. Prior to the commencement of any services hereunder, CONSULTANT shall provide to CITY certificates of insurance with original endorsements and copies of policies, if requested by CITY, from an insurance company 1) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) , in E. 0 0 accordance with the latest edition of Best's Key Rating Guide: Property - Casualty, and 2) currently authorized to transact business of insurance in the State of California. The following coverages shall be provided: A. Worker's compensation insurance covering all employees and principals of CONSULTANT, per the laws of the State of California; B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this project or the general aggregate limit shall be at least twice the occurrence limit; C. Commercial auto liability and property insurance covering any owned and rented vehicles of CONSULTANT in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional liability (errors and omissions) insurance in a minimum amount of $1 million. Said policy or policies shall be endorsed to state that coverage shall not be suspended, voided or canceled by either party, or reduced in coverage or in limits except after thirty (30) days' prior notice has been given in writing to CITY. CONSULTANT shall give to CITY prompt and timely notice of a claim made or suit instituted arising out of CONSULTANT's operation hereunder. CONSULTANT shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgement may be necessary for its proper protection and 5 0 0 prosecution of the work. CONSULTANT agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, CONSULTANT shall look solely to its insurance for recovery. CONSULTANT hereby grants to CITY, on behalf of any insurer providing general and automotive liability insurance to either CONSULTANT or CITY with respect to the services of CONSULTANT herein, a waiver of any right of subrogation which any such insurer of said CONSULTANT may acquire against CITY by virtue of the payment of any loss under such insurance. 15. PROHIBITION AGAINST TRANSFERS CONSULTANT shall not assign, sublease, hypothecate or transfer this Agreement or any interest in this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of CITY. Any attempt to do so without consent of CITY shall be null and void, and any assignee, sublessee, hypothecate or transferee shall acquire no right or interest by reason of an attempted assignment, hypothecation or transfer. 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, shall be construed as an assignment of this Agreement. Control means fifty percent (506) or more of the voting power, or twenty -five percent (251) or more of the assets of the corporation, partnership or joint venture. 16. REPORTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by CONSULTANT pursuant to or in connection with this Agreement shall be the exclusive property of CITY. No report, information or other data given to or prepared or assembled by CONSULTANT pursuant to this Agreement shall be made available to any individual or organization by CONSULTANT without 0 0 0 prior approval by CITY. CONSULTANT shall, at such time and in such forms as CITY may require, furnish reports concerning the status of services required under this Agreement. 17. CONFIDENTIALITY The information which results from the services in this Agreement is to be kept confidential unless the release of information is authorized by CITY. 18. RECORDS CONSULTANT shall keep records and invoices in connection with its work to be performed under this Agreement. CONSULTANT shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. CONSULTANT shall allow a representative of CITY during normal business hours to examine, audit and make transcripts or copies of such records. CONSULTANT shall allow inspection of all work, data, documents, proceedings and activities for a period of three (3) years from the date of final payment under this Agreement. 19. CITY'S RESPONSIBILITIES CITY shall furnish to CONSULTANT base maps, existing studies, ordinances, data and other existing information as shall be requested by Consultant, and materials in CITY's possession necessary for CONSULTANT to complete the work contemplated by this Agreement. CITY further agrees to provide all such materials in a timely manner so as not to cause delays in CONSULTANT's work schedule. 20. EXTRA WORK CONSULTANT shall receive compensation for extra work authorized by CITY in an amount as specified by the parties at the time authorization is given. Extra work shall be prior authorized in writing by the Project Administrator, and CONSULTANT shall not be entitled to extra compensation without such authorization. 21. REIMBURSEMENT FOR EXPENSES 7 I CONSULTANT shall not be reimbursed for expenses unless authorized in writing by CITY. 22. MONTHLY INVOICES CONSULTANT shall submit invoices to CITY on a monthly basis in accordance with CONSULTANT's schedule of fees contained in Exhibit "B" hereof. Each invoice shall show the number of hours worked per classification of CONSULTANT's personnel, and the nature of the work performed. 23. PAYMENT OF COMPENSATION CITY shall make payments to CONSULTANT within thirty (30) days after receiving a monthly invoice unless CITY disputes the amount CONSULTANT claims is owed under this Agreement. 24. WITHHOLDINGS CITY may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. CONSULTANT shall not discontinue its work as a result of such withholding until a period of thirty (30) days from the date of withholding has expired. CONSULTANT shall have an immediate right to appeal to the City Manager as such disputed sums. The determination of the City Manager with respect to such matters shall be final. CONSULTANT shall be entitled to receive interest on any withheld sums at the rate of ten percent (10 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 25. TEN PERCENT (100) WITHHOLDING CITY may withhold an amount equivalent to ten percent (10 %) of the total compensation provided herein, to be released to CONSULTANT upon completion of tasks set forth in Exhibit "A ". CITY reserves the right to refuse to pay all billings requesting amounts in excess of ninety percent (90%) of the total compensation provided herein until the project is completed as specified above. 26. NONDISCRIMINATION BY CONSULTANT CONSULTANT represents and agrees that CONSULTANT, its affiliates, subsidiaries or holding companies do not and will not [! discriminate against any subcontractor, subconsultant, employee or applicant for employment because of race, religion, color, sex, handicap or national origin. Such nondiscrimination shall include, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 27. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS CITY reserves the right to employ other consultants in connection with this project. 28. CONFLICTS OF INTEREST A. CONSULTANT or its employees may be subject to the provisions of the California Political Reform Act of 1974 (hereinafter referred to as "the Act ") , which (1) requires such persons to disclose financial interest that may be foreseeable affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. B. If subject to the Act, CONSULTANT shall conform to all requirements of the Act. Failure to do so constitutes a material breach of contract and is grounds for termination of this Agreement by CITY. 29. SUBCONTRACTING A. CONSULTANT shall not subcontract any portion of the work required by this Agreement without prior approval of CITY, except as expressly stated herein. B. Subcontracts shall contain a provision making them subject to all provisions stipulated in this Agreement. 30. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage 0 • • prepaid, registered or certified, addressed as provided herein. All notices, demands, requests or approvals from CONSULTANT to CITY shall be addressed to CITY at: City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA 92659 -1768 Attention: Lloyd R. Dalton, P.E. All notices, demands, requests or approvals from CITY to CONSULTANT shall be addressed to CONSULTANT at: Norris - Repke, Inc. 18231 Irvine Boulevard, Suite 204 Tustin, CA 92680 Attention: Jack P. Norris, P.E. 31. TERMINATION In the event CONSULTANT hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, CONSULTANT shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days after receipt by CONSULTANT from CITY of written Notice of Default specifying the nature of such default and the steps necessary to cure such default, CITY may terminate the Agreement forthwith by giving CONSULTANT written notice thereof. CITY shall have the option, at its sole discretion and without cause, of terminating this Agreement with seven (7) days' prior written notice to CONSULTANT as provided herein. Upon termination of this Agreement, each party shall pay to the other party that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 32. COST OF LITIGATION If legal action is necessary to enforce any provision hereof or for damages by reason for an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable attorneys' fees. 33. WAIVER A waiver by CITY 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 10 condition contained herein, whether of the same or a different character. 34. 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. Any modification of this Agreement will be effective only by written execution signed by both CITY and CONSULTANT. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. CITY B ayor ATTEST: By: C_' City Clerk 11 CONSUL T By: G rincipal 0 EXHIBIT "A" SERVICES TO BE PERFORMED 0 CONSULTANT shall perform all services necessary as defined hereinafter upon the following segments of streets, including portions of intersections at the stated termini of each street: 1. Lake Street, from 32nd Street to 36th Street 2. Jamboree Road, from PCH to Bayside Drive 3. Marine Avenue, from Bayside Drive to Balboa Island bridge 4. Bayside Drive, from Jamboree Road to PCH 5. Dover Drive, from PCH to Westcliff Drive 6. 16th Street, from Dover Drive to Seagull Lane 7. Cliff Drive, from Dover Drive to Tustin Avenue 8. Clay Street, from Irvine Avenue to St. Andrews Road Services to be performed by CONSULTANT shall include the following: 1. Meet with CITY to discuss and establish parameters and methodology and to obtain copies of appropriate records from City files. 2. Obtain cores and R- valves. 3. Walk the streets to determine specific survey requirements, to paint -mark removals, and to begin the design process. 4. Obtain deflection data. 5. Perform topographic survey. 6. Plot cross - sections. 7. Determine plan scales (probably 1" =20', 40' and 800') adequate to clearly but economically show the construction work. Digout locations schedules may be used in lieu of large plans to minimize cost of plan preparation. 8. Prepare base sheets. Lake Street, Clay Street, and Jamboree Road will be plan /profile. All other streets will be plan view only. 9. Complete the geometric and pavement structural analysis, and complete the design. 10. Prepare the plans, specifications and estimate (PS & E). All plans and cross sections will be prepared using AutoCad release 12. Upon completion, provide DXF files (the drawings in ASCII format on floppy disks) to CITY in addition to the original mylars. The specifications and estimates will be provided on floppy disk and original hard copy as well. Specifications will be either Wordstar, Work Perfect or ASCII format. The estimate will be on a Lotus spreadsheet. 11. Submit PS & E for CITY's review, meet with CITY to discuss review, and complete the documents incorporating the agreed changes. 12. Deliver the final sealed and hand - signed original documents and floppy disks. 13. Answer questions during bidding, attend pre- construction meeting, clarify plans, and answer questions regarding the designs and specifications during construction. 12 Scope of work to be provided by CONSULTANT shall include the following: Lake Street: Perform a topographic survey at approximately 25' -35' O.C. including breaks, top of curb, flow line, pavement lip and centerline, curb return radius, cross gutter flowline, and enough of alley flowlines to establish drainage direction near the street. Determine feasibility of improving gutter drainage by removing and replacing the curb and gutter to steepen the flowline. Prepare plans and specifications to, depending on feasibility discussed above, either remove all the curb and gutter and replace with curb and standard 2' gutter, or remove and replace in kind only certain defective curb and gutter; remove and replace all AC pavement and cross gutter except at 36th Street. If the flowline is steepened the curb face will vary -- top of curb will match sidewalk elevation. Replace existing 6'± radius curb returns and sidewalk landings in order to incorporate handicap ramps. Remove and replace defective sidewalk to remove trip hazards. Make no attempt to improve parkway drainage. Pavement structural section, or R -Value and TI, to be provided by City. Jamboree Road: Perform a topographic survey to profile top of curb, flowline, pavement lip and lane lines, plus full topo at intersections. The topo limits at intersections will be bounded on the north by the north side of the south travel lane of PCH; on the east and west at 25' beyond curb return ends; and on the south at 25' beyond curb return ends along Bayside Drive. Study the feasibility of modifying the curb profiles to improve crossf all /create superelevation. If feasible, the construction documents would also indicate the new profiles and sidewalk reconstruction. Obtain R- Values of surface soils for pavement structural section design. City to provide TI. Prepare plans and specifications to remove and replace curb, gutter and pavement. The crown would be eliminated. The existing sidewalk is expected to remain except for any trip- and -fall hazards which may exist. Relocation or lowering of existing underground facilities, if necessary, would be addressed as additional services. The pavement join line at PCH will probably be either the PCH gutter line extended, or the north side of the south travel lane to reduce the slight hump in that lane's profile. The join lines at Bayside Drive will probably be, on the east, on the existing patch in good shape approximately 4' beyond the southerly ECR; and on the west, curb return ends. Marine Avenue: obtain representative cross sections at two locations of top of curb, flowline and pavement finished surface, (edge, quarter points and crown) . Determine limits of removals of defective pavement and curb and gutter. Obtain deflection data, 2 cores and R- Values sufficient to design an overlay thickness. Prepare plans and specifications to remove and replace defective pavement and curb and gutter, and overlay the entire street. Bayside Drive: Perform a cursory inspection and survey, mark out stationing, and then make a second close inspection to determine approximate stations, offsets and square footages of removal locations. List same in a typed schedule tied to a 1" = 800' plan showing stationing basis and typical cross sections for overlaying. Obtain 13 cross sections at approximately 200' O.C. including top of curb, flowline, pavement lip, crown and lane lines. Obtain deflection data, cores and R- Values sufficient to design and overlay thickness. Prepare specifications to remove and replace defective pavement and curb and gutter, to eliminate ponding, to improve other areas of poor drainage, and to overlay the entire street. Dover Drive: Obtain cross sections at approximately 200' O.C. of tops of curbs and pavement finished surface, plus detail at locations of irregular profile. Obtain existing structural section component analysis (cores and R- Values) and deflection data to design an overlay. Determine feasibility of an overlay. If feasible, analyze the deflection data, design an overlay, and prepare plans and specifications for overlaying the pavement and removing and replacing defective or irregular - profiled curb and gutter or curb only. If not feasible, do nothing more. The deflection testing would be performed in either case because the cost of a second mobilization would far exceed the possible saving if the testing turns out to be unnecessary. Clay Street: Perform a topographic survey to obtain cross sections at approximately 50' O.C. of pavement lip, centerline, 1/4- points, flowline, top of curb, and existing ground behind the curb. Obtain existing structural section component analysis (cores and R- Values) to determine feasibility of overlay. If feasible, obtain deflection data to design an overlay. Prepare plans and specifications to remove the rolled curb and replace with standard curb and gutter, and either (a) pavement overlay without edge milling a wedge cut, or (b) remove and replace pavement. If alternate (a) is chosen, the new curb profile will match the new pavement surface. The pavement surface may need alteration if the curb profile must be steepened for adequate drainage. The cross gutters will be removed and replaced with standard cross gutters. 16th Street: Obtain cross sections of top of curb, flowline, lip, quarter points and centerline at approximately 200' O.C., plus join line locations at Seagull Lane and full curb return topo. Obtain R- Values and 2 pavement cores for new pavement design. Prepare plans and specifications for pavement removal and replacement. Cliff Drive: Obtain deflection data, cores and R- Values sufficient to design an overlay thickness. No plans or specifications are to be prepared. 14 • 0 EXHIBIT "B" COMPENSATION TO CONSULTANT City shall compensate Consultant per the following schedule of standard hourly rates for Consultant's employees: CLASSIFICATION HOURLY RATE Principal Engineer $ 100.00 Project Manager 94.00 Project Engineer 78.00 Design Engineer 65.00 Designer 57.00 Senior Drafter /Technician 57.00 Drafter /Technician 45.00 Technical Aide /Jr. Drafter 37.00 Clerical 34.00 Licensed Land Surveyor 85.00 Survey Crew (3 -man) 180.00 (2 -man) 150.00 Survey Travel Time 1st M hour each way % crew rate After 1st M hour each way N/C The above fees shall be escalated 6e on each August 1 beginning August 1, 1993 for any work uncompleted at that time for reasons beyond Consultant's control. In addition, City shall compensate Consultant a lump sum of $22,300 for subcontract pavement engineering, including deflection testing and 28 pavement cores, with Labelle- Marvin, Inc. Total compensation to Consultant, including subcontract pavement engineering, shall not exceed $69,700. 15