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