Loading...
HomeMy WebLinkAboutC-3242 - Jamboree Road Rehabilitation from East Coast Highway to San Joaquin Hills Road• � � �;�� ti 1. PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this 24th day of November, 1998, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and Berryman & Henigar, whose address is 2001 East First Street, Santa Ana, California, 92705, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement Street rehabilitation on Jamboree Road, between East Coast Highway and San Joaquin Hills Road. ( "Project'). C. City desires to engage Consultant to provide professional engineering design services for street improvements on Jamboree Road based upon the terms and conditions contained in this Agreement. D. The principal members of Consultant are for purpose of Project are William Stracker, P.E., and Mohammed Rowther, P.E. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the terms of conditions provided in this Agreement. -1- NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 24th day of November, 1998, and shall terminate on the 301h day of June, 1999, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of Thirty -seven thousand, one hundred thirty -four Dollars ($ 37,134). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. -2- 0 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsuttants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, -3- 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. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor'), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractors schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the 13 0 0 control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Mohammed Rowther, P.E., to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key -5- 0 personnel. 0 Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified in "Exhibit A ". The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. ffe 0 0 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include -7- 0 attorneys' fees and all other costs incurred in defending any such claim. 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. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A VII or better carriers, unless otherwise approved by City Risk Manager. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other go • 0 form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($ 1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS W Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice -10- 0 E and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City and field review by Consultant. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS -11- 11 0 Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this -12- 0 Agreement. 0 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24, SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, -13- E postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: William E. Stracker, P.E. Senior Vice President Berryman & Henigar 2001 East First Street Santa Ana, CA 92705 (714) 568 -7300 Fax (714) 836 -5906 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. -14- 0 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding -15- 0 0 or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. CADD DELIVERABLES CADD data delivered to City shall not include the professional stamp or signature of an engineer or architect. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's -16- 0 0 drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH A Municipal Corporation By: a ice— By: Robin Clauson Assistant City Attorney LaVonne Harkless City Clerk f:\ users \pbw\shared\agmt \99 \beryman.doc -19- City of Newport Beach CONSULTANT William E. Stracker, P.E._ Senior Vice President 00 JOAOO1N a SA Q�P �O'90 z a m D T7 O1 FASHION ISLAND NOT TO SCALE PACIFIC c °� o o� ST $,q t JAMBOREE ROAD REHABILITATION FROM PACIFIC COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD City of Newport Beach 0 Exhibit "A" 0 Jamboree Road Rehabilitation TABLE OF TABLE OF CONTENTS SECTION 1 PROJECT UNDERSTANDING SECTION 2 SUBCONSULTANTS SECTION 3 RELATED EXPERIENCE SECTION 4 PROJECT TEAM • RESUMES SECTION 5 PROJECT SCHEDULE SECTION 6 SCOPE OF SERVICES SECTION 7 • INSURANCE INFORMATION SECTION 8 FEE SCHEDULE (Under Separate Schedule) F:\ Prop\ CMNewpor1Beach \98W- 0176Rehab\Proj D \00 tuc1.doc Berryman & Henigar City of Newport Beach • • SECTION 1 Jamboree Road Rehabilitation INTRODUCTION AND PROJECT UNDERSTANDING The City of Newport Beach, Department of Public Works, has requested proposals from qualified consulting firms to assist the City in the preparation of engineering plans, specifications and estimates for its FY 1998 -99 Street Rehabilitation Program. This proposal is for design of the pavement rehabilitation of Jamboree Road from Pacific Coast Highway to San Joaquin Hills Road. Jamboree Road has three travel lanes in each direction. A raised landscaped median exists in the street. The street has been overlayed many times, resulting in a minimal median curb height mostly throughout the project. Our analysis of the street rehabilitation methods will address grinding adjacent to the median gutter to return a significant median height to the street. This will add to the safety of the area, especially with the fog that occurs on the coast. The median allows the vehicles to return to the lane of traffic that may stray out of the lane due to the visibility and driving lapses. A geotechnical analysis will be performed and report written by the firm of Ninyo & Moore. The report will address the issue of adverse subgrade conditions adjacent to the median. The pavement along the median curb appears to be suffering some distress that could be caused from water infiltration into the subgrade from irrigation. Analysis of grinding of the pavement along each gutter edge for leveling of the cross - section of the street and for the asphalt overlay thickness will be included. From our field review, partial reconstruction of the street may be necessary for some sections of the street, and where the overlay thickness cannot be constructed. The work required will include the development of the following deliverables: • 40 -scale base maps for the project using existing street improvements plans and /or aerial mapping. • Pavement rehabilitation plans for the project based on the rehabilitation strategies; • Title Sheets, Engineer's Estimates and Bid Sheets; • One set of special provisions that will be applicable to the Jamboree project. • Construction traffic control and lane closure schedules will be included in the specifications. Another important aspect of this project will be the coordination of impacted utilities with utility agencies and other jurisdictional agencies. Time is of essence on this project. In order to ensure that the work for this project is completed within the scheduled time - frame, the project engineer will be working under one Project Manager who will be the point of contact for the City staff. Berryman & Henigar's proposed project team is qualified and experienced in expediting similar projects. We are sensitive to the City's goals and accustomed to working as an extension of the City staff. We have the resources available in our Orange County office, located in Santa Ana, to complete the proposed projects within the scheduled time - frame. Furthermore, with our computer network system that inter- connects all our design offices, we have the capability to mobilize additional staff from our San Diego Office, if needed, in a very effective and efficient manner. f:\ prop \civ\newportbeach \98w -0176 rehab \jamboree2 \01_prjund.doc 1-1 Berryman & Henigar City of Newport Beach • 0 SECT /ON 2 Jamboree Road Rehabilitation SUBCONSULTANTS Berryman & Henigar has joined forces with the firm of Ninyo & Moore for this project. Ninyo & Moore Geotechnical Berryman & Henigar has worked with the firm of Ninyo & Moore on several projects and have found them to be responsive and stand behind their work. We are pleased to have them as our subconsultant on this project. Since 1986, Ninyo & Moore is a multi- disciplinary consulting firm with offices throughout California and the West. They provide geotechnical engineering, hydrogeology, hazardous waste remedia- tion, and environmental assessment to a wide variety of clients. They have a staff of over 150; specializing in geotechnical evaluations for infrastructure related improvements, including street, water, storm drain, and sewer improvements. Ninyo & Moore offers a fully equipped, well staffed, state -of- the -art geotechnical laboratory facility performing a wide range of testing services under the supervision of a registered civil engineer. Project Experience We have included a sample listing of street, pavement, and storm drain project experience in the Appendix. Key Personnel One of the aspects of Ninyo & Moore that provides a level of comfort for Berryman & Henigar is that they assign quality and experienced personnel to each project. To these projects, they have assigned the following staff to assist our Team and the City of Newport Beach (resumes are included in this proposal). Mr. Jalal Vakili, P.E., Ph.D., Principal -in- Charge Mr. Lawrence T. Jansen, RG, CEG., Project Manager Mr. Daniel Chu, P.E., Project Engineer Ms. Carol Price, RG, CEG, Project Geologist Relationship Mr. Jansen will report to the Berryman & Henigar Project Manager. C\ prop\ civ\ newportbeach\ 98w- 0176rehab \proj_d \02_sub.doc 2 -1 Berryman & Henigar City of Newport Beach • Jamboree Road Rehabilitation • SECTION 3 RELATED EXPERIENCE Berryman & Henigar provided design civil engineering services and the preparation of final PS &E for the following street improvement projects in Orange and Los Angeles counties during the last five years. These projects are all pavement rehabilitation similar to the Jamboree Road project. Jamboree Road carries a high traffic volume. On a previous City of Irvine project, we were able to provide a method where the contractor could replace and reconstruct the pavement south of the 1 -405 Freeway, saving the City a considerable amount of money.1-405. Each of these streets carry high traffic volumes and the design and contract documents reflect this, using construction methods and traffic control requirements that are conducive to this condition. LA PAZ ROAD REHABILITATION PROJECT Berryman & Henigar prepared final design Mr. Ken Rosenfield construction documents and engineer's estimates Director of Public Works /City Engineer for asphalt grinding, pavement rehabilitation and City of Laguna Hills overlay, modification of median islands, and (714) 707 -2600 median landscaping and irrigation improvements for approximately 11,000 linear feet of La Paz Mohammed Rowther, P.E. Road from Moulton Parkway to the City limits at Principal In Charge the centerline of 1 -5 Freeway. Pavement Thomas Wheeler, P.E. rehabilitation included areas of reconstruction Project Manager which were located in the field, reviewed with the Monte Bowers, P.E. City, and then included on the plans. Our Lead Design Engineer Engineers are experienced in the evaluation and determination of pavement distress and the Date Completed: August 1998 requirements and methodology for overlay, reconstruction and rehabilitation of asphalt Construction Cost: $1 Million pavements, including asphaltic rubber. 1:\ prop\ civ\ newportbeach\ 98w -0176 rehab \proj_d \03_exp.dcc 3 -1 Berryman & Henigar City of Newport Beach Jamboree Road Rehabilitation is SECTION 3 RELATED EXPERIENCE OSO PARKWAY REHABILITATION PROJECT Berryman & Henigar prepared pavement Mr. Ken Rosenfield strategies, preliminary design, final design and Director of Public Works /City Engineer PS &E for pavement rehabilitation and overlay, City of Laguna Hills along with median and landscaping, for (714) 707 -2600 approximately 8,350 linear feet of Oso Parkway from Cabot Road to Moulton Parkway in the City Mohammed Rowther, P.E. of Laguna Hills. This road has high traffic Principal In Charge volumes and a steep gradient that will require Monte Bowers, P.E. good traffic control methods. Project Manager Marzieh Ghandehari Design Engineer Date Completed: July, 1998 Construction Cost: $900,000 C\prop\cMnmpodbeaW98w.0176 rehab\proj d \03 exp doc 3 -2 Berryman & Henigar City of Newport Beach • Jamboree Road Rehabilitation • SECTION 3 RELATED EXPERIENCE GAREY AVENUE REHABILITATION Berryman & Henigar was responsible for Mr. Dan Drake developing rehabilitation strategies and preparing Engineering Associate the PS &E for 5,800 linear feet of Garey Avenue, City of Pomona from Lexington Avenue to 7'h Street. 505 So. Garey Avenue Rehabilitation included structural overlays Pomona, CA 91769 reinforced with pavement mesh to address (909) 620 -3650 reflective cracking, and Type II slurry seal with 3% rubber latex. Portions of the existing curb and Mohammed Rowther, P.E. sidewalk were replaced, and new bus pads and Project Manager curb ramps were constructed where needed to Mike Foreman, P.L.S. meet ADA accessibility requirements Survey /Base Maps ".. Design Completed: February 1998 Construction Cost: $300,000 % t.3 C \prop \civ \newpodbeachO8w -0176 rehab \proj_d \03_exp.doc 3-3 Berryman & Henigar City of Newport Beach • Jamboree Road Rehabilitation • SECTION 3 RELATED EXPERIENCE LACUNA HILLS PAVEMENT REHABILITATION PROJECTS Berryman & Henigar prepared the plans, Mr. Ken Rosenfield specifications and estimates for the pavement Director of Public Works /City Engineer rehabilitation of Moulton Parkway for the City of City of Laguna Hills Laguna Hills. (714) 707 -2600 The pavement rehabilitation method consists of approximately 5,000 feet of removal and Mohammed Rowther, P.E. reconstruction of failed AC pavement; crack Principal In Charge sealing; cold planing at gutter lip and join lines; Monte Bowers, P.E. 0.15' thick asphalt rubber hot mix (ARHM) overlay; Lead Design Engineer adjustment of manhole ring and covers and valve boxes to grade; restriping and traffic signal loop Date Completed: April 1998 replacement. This same method was used on the Construction Cost: $1 Million other Laguna Hills projects. Included with this project is the widening of Oso Parkway at Moulton Parkway and Oso Parkway at Cabot Road. This widening will provide dual left turn and dedicated right turn lanes in all four quadrants of both intersections. The improvement consists of reconstruction of raised median, curb and gutter and sidewalk; modification to the traffic signal; retaining walls; utility relocation and adjustments; landscape replacement and irrigation system alterations; and right -of -way acquisition. fAprop \6v \newportbeach08w -0176 rehab \proj_d \03_exp.doc 3-4 Berryman & Henigar City of Newport Beach 0 Jamboree Road Rehabilitation • SECTION 3 RELATED EXPERIENCE SAN GABRIEL BOULEVARD RECONSTRUCTION Berryman & Henigar is responsible for the Mr. Douglas Benash, P.E. preparation of the PS &E for the reconstruction of Community Development Director 8,600 linear feet of San Gabriel Boulevard, a four- City of San Gabriel lane arterial highway in the City of San Gabriel. 532 West Mission Drive The project includes a variety of rehabilitation San Gabriel, California 91776 strategies including structural overlays, (818) 308 -2800, Ext. 715 reconstruction with total depth asphalt concrete pavement or asphalt concrete over aggregate Mohammed Rowther, P.E. base, and concrete pavement over cement Project Manager treated permeable base. Also, included are new Monte Bowers, P.E. storm drains at Hermosa Avenue and East Lead Design Engineer Broadway. Design hydrology and construction Plans for all drainage improvements were Date Completed: May 1998 processed through LACDPW as Transfer Drain Construction Cost: $1 Million projects. Major associated work includes new street lighting over approximately 5,500 feet of the alignment, a new traffic signal at El Monte, street trees along the entire length, and decorative walks at major intersections. Pavement markers and striping are included in the plan. Berryman & Henigar is responsible for all coordination with Los Angeles County Department of Public Works and with utility agencies operating in the City of San Gabriel. The project schedule was maintained through regular project review meetings with the City. C\prop\cMnewportbeach \98w -0176 rehab \proLd\03_ezp.doc 3 -5 Berryman & Henigar City of Newport Beach • Jamboree Road Rehabilitation • SECTION 3 RELATED EXPERIENCE SATZ ROAD / PALM AVENUE IMPROVEMENTS Berryman & Henigar was responsible for the Mr. Kamyar Motamedi design of roadway and drainage improvements to Senior Engineer mitigate road closures in the area for construction Metropolitan Water District of Metropolitan Water District's Eastside Reservoir 350 South Grand Avenue Project. One -half mile of Batz Road was im- Los Angeles, California 90054 proved from a gravel to asphalt concrete roadway, (213) 217 -6581 and included culverts to alleviate flooding that commonly occurred during rainfall periods. Palm Mohammed Rowther, P.E. Avenue was improved to a wider aggregate Project Manager section approximately 1,500 feet in length terminating at a cul -de -sac at MWD property. The Design Completed: December 1996 project was done on a fast track schedule in order to coordinate the work with other portions of the Construction Cost: $400,000 Eastside Reservoir Project that would allow imported fill to be economically placed. Berryman & Henigar was instrumental in getting the project reviewed and approved by Riverside County Transportation Department in a vEary short period of time. SE°ULVEDA BOULEVARD Berryman & Henigarwas responsible for design of Mr. George Schultz Sepulveda Boulevard Widening between City Engineer Wilmington Avenue to Alameda Street for the City City of Carson of Carson. This project also included the design 701 E. Carson Street of the Sepulveda Dominguez Drain for LACDPW, Carson, 90749 a ± 6,000 foot long 75W x 9'H RCB storm drain (310)830 -7600 in Sepulveda Boulevard from Alameda Street to Dominguez Channel. Mohammed Rowther, P.E. Project Engineer Design Completed: December 1993 Construction Cost: $6 Million C\prop \civ\newportbeach\98w -0176 rehab\pfoj_d \03_exp.doc 3 -6 Berryman & Henigar City of Newport Beach • Jamboree Road Rehabilitation 0 SECTION 3 RELATED EXPERIENCE BASTANCNURY ROAD The project included two miles of street widening Mr. Roy Stephenson from two -lane to four -lane roadway. Also included Director of Public Works were three signal modifications within the project City of Yorba Linda limits. 4845 Casa Loma Yorba Linda, California 92686 (714) 961 -7170 Monte Bowers, P.E. Project Manager Mike Foreman, P.L.S. Survey /Base Maps Date Completed: 1993 Construction Cost: $2,500,000 tAprop \civ \newportbeach \98w -0176 rehab \proj_d\03_ezp.doc 3a Berryman & Henigar City of Newport Beach • Jamboree Road Rehabilitation s SECTION 3 RELATED EXPERIENCE CAPITAL IMPROVEMENT OF VARIOUS STREETS Berryman & Henigar has just completed a Capital Mr. Bill Hart Improvement Program for the City of Temple City Public Services Director involving the widening and improvement of nine City of Temple City city streets. The scope of services included field 9701 East Las Tunas survey and topography along the streets and Temple City, California 91780 adjacent residential front yard areas. The design (818) 285 -2171 involved installation of new curb and gutter, pavement widening and overlays, driveway Mohammed Rowther, P.E. removals and reconstruction, installation of new Principal In Charge sidewalk and ADA handicap ramps, and the Marzieh Ghandehari relocation of existing utility appurtenances such as Project Engineer meters and valves. The project involved relocation or reconstruction of private Design Completion: March 1996 improvements including mailboxes, walks, and planters. Plans, Specifications, and an Engineer's Construction Cost: Various Estimate of Probable Costs were provided to the City. E \prop\civ \newportbeach \98w -0176 rehab \proj_d\03_exp.doc 3 -8 Berryman & Henigar City of Newport Beach • Jamboree Road Rehabilitation • SECTION 3 RELATED EXPERIENCE IMPERIAL HIGHWAY (SR 90) "SMART STREET" State Route 90 (Richard M. Nixon Mr. Roy Stephenson Freeway /Imperial Highway) PS &E in Caltrans Director of Public Works District 12 for the City of Yorba Linda, California City of Yorba Linda (Construction: 2000, Cost: $35 million). Berryman 4845 Casa Loma & Henigar is responsible for the preparation of the Yorba Linda, California 92686 PS &E. The project is divided into three phases (714) 961 -7170 with three separate PS &E packages (Segments 5, 6 and 7). Funding is provided by Orange County Mohammed Rowther, P.E. Transportation Authority (OCTA) - Measure V. Project Manager The project is on a fast -track delivery schedule. Marzieh Ghandehari The project includes 5.5 miles of conventional Project Engineer highway and freeway widening, modifications to a Mike Foreman, P.L.S. partial cloverleaf interchange with State Route 91, Survey/ Base Maps two bridges, 2.5 miles of soundwalls, utilities, drainage including double reinforced concrete box Date Completed: culverts, lighting, striping, signals, and signing. Segment 5 - April 1998 Soundwalls were designed in combination with Segment 6 - July 1998 earth berms for aesthetics. Segment 6 (Richard Segment 7 - December 1997 M. Nixon Freeway) is currently a two -lane facility. The project proposes to widen the highway to a Construction Cost: four -lane, divided freeway. Segment 7, located in Segment 5 - $6.6 Million the City of Anaheim, is planned to be an eight- Segment 6 - $5 Million lane, divided highway. Segment 7 includes Segment 7 - $6 Million modifications to the freeway entrance and exit ramps with State Route 91. The plans are being prepared using metric (SI) units. Duties included the preparation of City Council hearings presentation graphics, and public participation meetings. C\propUv\newportbeach \98w -0176 rehab \proLd \03_ezp.doc 3 -9 Berryman & Henigar City of Newport Beach • • SECTION 4 Jamboree Road Rehabilitation PROJECT TEAM KEY PERSONNEL AND FUNCTIONAL RESPONSIBILITY BERRYMAN & HENIGAR The Berryman & Henigar Team includes all the talent necessary to effectively pro- vide the services required to meet the City's goals and objectives. Berryman & Henigar has successfully worked in multidiscipline teams to provide innovative designs matching complex proj- ects as might be requested by the City. We have engaged the most experienced and successful professionals available to meet your specific needs for each task order. The effectiveness of the project organization is dependent upon a clear definition of the function, reporting relationship, and respon- sibilities of each position. The resume of each of the following individuals is included. William Stracker. P.E. - Principal -in- Charge /Project Director Importance: Mr. Stracker brings a unique perspective and expertise and a thorough understanding of the execution of this project to the Team. As a former City Engineer and City Traffic Engineer he brings an extreme sensitivity in understanding the specific needs of the City, the business community, the residents, and the staff. He has worked closely with City Councils, City Commissions, City Managers, and depart- ment heads. Function: Expedite and "fast- track" the project mobilization, concept development, and design development phases. Mr. Stracker's level of effort will be about 5 -10 %. Responsibilities: Assists the Project Man- ager and Project Team with decision making and feasibility analysis. Establishes and implements the quality assurance and quality control review of project deliverables and the scheduling of quality control audits. Mohammed Rowther, RE - Project Manager Function: Assigned as the Project Manager for the overall project. He has designed several of the projects listed in the experience section as can be seen upon your review of that section. He understands how to complete a project on a fast tracked basis, and works well with each Team member and the subconsultants. His level of effort for this portion is about 30% Responsibilities: Managing the design and designing the drainage improvements for the project (see below). Interfaces with the other Project Engineers and the City and Orange County Public Works staff where required. Manages the preparation of the final construction documents for the project improvements per Newport Beach and Orange County standards. Experience: Mr. Rowther has over 18 years of experience in planning and design of street, pavement, and rehabilitation projects. His resume is included in this proposal. Thomas Wheeler, PE - Alternate Project Manager and Street Rehabilitation Oversight Function: Will fill in for Mr. Rowther if he is rendered unavailable per the City's request. Manages the design of the street rehabilitation and Assists and advises Mr.Rowther. His level of effort is about 30 %. Organizational Relationship: Reports to Mr. Rowther. fAprop \civ \newpodbeach \98w -0176 rehab \proj_d \04_team.doc 13 Berryman & Henigar City of Newport Beach • Jamboree Road Rehabilitation Responsibilities: Responsible for oversight of the street rehabilitation projects. Experience: He has a strong background in general civil engineering and program management experience. He is project manager for two street rehabilitation projects designed for Laguna Hills and is Resident Engineer for the City of Yorba Linda's program. He has a good "feel" for the design requirements of a project as related to the field conditions. He is experienced in working with utilities, local agencies, and project permitting. Monte Bowers, P.E. - Roadway Function: Assists and advises Mr. Rowther on the projects technical design issues. Assigns and works closely with design engineers in directing conceptual design efforts and interfacing with other team members in incorporating their respective design elements. Mr. Bowers level of effort on this project will be about 40 %- 60%. Responsibilities: Responsible for estab- lishing and implementing the roadway work plan. Maintains continuous communication with the Project Manager. Is proactive in recommending conflict resolutions and resolving specific design issues. Experience: Mr. Bowers has over 30 years of experience in design and contract ad- ministration of street and highway projects, pavement maintenance and rehabilitation, sewer facilities, storm drains, water lines, right -of -way acquisitions and assessment district projects for various government agencies. He is experienced in the design and administration of projects using Federal and State grants, CDBG, ISTEA, and HUD. Mohammed Rovrther, P.E. - Drainage Function: Mr Rowther is an expert in the drainage aspects of this project. To SECT /ON 4 PROJECT TEAM maintain the efficiency and productivity of the work, he will act as both the Project Manager and the drainage design. His level of effort will be about 10% on this portion of the work. Responsibilities: Managing the design and designing the drainage improvements for the project. Experience: Mr. Rowther has over 18 years of experience in planning and design of storm drainage facilities. He has designed the Sepulveda Dominguez Drain, Hollyhills Drain, and Harding Street Drain. Mike Foreman, PLS, will be the Lead Surveyor and primary contact between Berryman & Henigar and the City for survey services. With over 25 years of survey, mapping, and right -of -way engineering experience, he has managed Berryman & Henigar's Field Services for the past six years. He has managed large scale field surveying projects for Southern California public agencies, including the Cities of Yorba Linda, Costa Mesa, Laguna Hills, Laguna Niguel, Rancho Palos Verdes, and Corona; the County of Orange; the Metropolitan Water District; and the Southern California water Company. f: \prop \civ \newportbeach\98w -0176 rehab \prof d \04 team.tloc 14 Berryman & Henigar � FOR Lo 2) % o� \� q\ � m � § 2 o � a � ^ % m ! $ 2 : , o E) ! � R! ! Ism I { % ? % / WER cn ca k / § G / % + #f E 2 ) ) ' / £ 7 \ 2 ) e 2»$/ t 5) k _ : m m® g = \ / a c : 2\$ ® y R o o e \ I 3 / c ) } a \ ) % f ] / \ \ \// I \\ 7 E 2 E 6 f / § « G � 2 \ 7 \ /) § / / / ) ; 2 e 2== o a. _It w e=> , \f d« m m Iq r 0 r�_ m/ c 2 2/ 0 City of Newport Beach Jamboree Road Rehabilitation The following is our proposed approach for the design development and preparation of construction documents for Jamboree Road Rehabilitation in the City of Newport Beach. PROJECT SCOPING MEETING Upon receipt of the Notice to Proceed, Berryman & Henigar will set up a kick -off meeting with the City staff to discuss the detailed scope of work and schedule of milestone dates. We will also review the project objectives, budget, design criteria, permit requirements (such as the Coastal Development Permit), and any potential problems which may require early lead time or mitigation. DOCUMENT RESEARCH Berryman & Henigar staff will research City records for "as- built" street improvement plans, bench mark locations, monument information, pavement delineation plans, geotechnical information, and other data that may be pertinent to the project. Letters will be sent to all agencies known to be providing utilities and services or to be operating within the project area. This letter will include the project schedule and a request for existing plans. The existing utility services will be added to the project plans. DESIGN SURVEY A field topographic survey will be conducted to locate and detail all pertinent existing improvements within the street right -of -way including curb, manholes, valves, vaults, pull boxes, catch basins, driveways, aprons, back of walk, handicap ramps, above ground utilities including poles, street light and traffic signals, etc. Cross section elevations will be taken at approximately 100 -foot intervals and will include top of curb, gutter flowline and lip, back of walk, and any grade breaks. Roadway improvements will be surveyed to join with 0 SECTION 6 SCOPE OF SERVICES the new design. Elevations along a 10' by 10' grid will be obtained at the intersection of San Joaquin Hills Road and Jamboree Road to provide for an analysis of the intersection geometrics. MONUMENT PRESERVATION Existing street centerline monuments will be tied out prior to any construction activities and will be properly documented and filed with the County Surveyor as record information. BASE MAP DEVELOPMENT Base plans shall be generated from, existing plans and other information furnished by the City, field survey, and data gathered by field review. The plans will be prepared utilizing AutoCAD computer aided drafting (CAD) with Softdesk Civil Design software. The base plans will be generated at a scale of 111=40'. FIELD REVIEW A field review will be performed after preparation of the base plans to verify topography within the roadway (i.e., manholes, valve boxes, driveway locations, etc.), verify locations of existing striping, pavement marking and loop detectors and limits of pavement reconstruction. SAN JOAQUIN HILLS ROAD AND JAMBOREE ROAD INTERSECTION ANALYSIS Develop a 20 scale intersection grid plan with possible 10 scale "blow -ups" to review the elevations and analyze the roadway geometrics for this location. This analysis will include drainage and safety issues. f: \prop \civ \newportbeach \98w -0176 rehab\jamboree2 \06_scope2.doc 6 -1 Berryman & Henigar 0 City of Newport Beach Jamboree Road Rehabilitation GEOTECHNICAL INVESTIGATION Field Exploration NINYO & MOORE will drill 2 shallow borings within the project limits. Borings will be excavated to a depth of about 10 feet below existing ground surface. Two additional borings will be drilled to a depth of 5 feet to determine pavement thickness at other locations along the road at the direction of the Engineer. NINYO & MOORE will contact City representatives for information regarding buried utilities and structures. They will also notify Underground Service Alert (USA) to coordinate with utility companies to clear underground conduits and subsurface structures in the vicinity of planned boring locations. Where proposed borings will penetrate existing pavements, the thickness of pavement section will be measured and recorded. Subsurface conditions encountered during exploration will be logged by our field personnel. Bulk samples of representative soil types will be obtained in the borings. Earth materials encountered will be classified in accordance with the Unified Soil Classification System (ASTM D2488). Samples will be packaged, labeled, and transported to the laboratory for testing. Upon completion of drilling and sampling, borings will be backfilled with on -site excavated materials. Where existing pavements are penetrated, the upper 6 inches near street grade will be patched with cold -mix asphalt concrete or quick -set cement. Laboratory Testing and Analysis Samples obtained in the field will be tested in the laboratory to evaluate their subgrade support properties. Laboratory testing will include moisture, dry density, wash sieve (No. 200) analysis, corrosivity, compaction, and a resistance "R" value test. Laboratory 0 SECTION 6 SCOPE OF SERVICES testing will be performed in general accordance with applicable procedures of the current American Society for Testing and Materials (ASTM), California Department of Transportation (Caltrans) Test Method (CTM), or other approved test standards. Investigation Report Based upon results of the field exploration and laboratory testing, we will analyze the information developed through our investigation or otherwise available to us, including those aspects of the subsurface conditions that may affect design and construction of the project adjacent to the median. NINYO & MOORE will submit a report summarizing our findings and recommendations. Four copies of the report will be submitted. The report will address the following items: • A summary of the measured thickness of existing structural sections at the exploratory locations. • A description of subsurface conditions adjacent to the landscaped medianand controlling engineering properties of the encountered materials, including documentation of boring and sampling locations, and laboratory test results. • Evaluation of pavement, including support characteristics of subgrade, preparation of subgrade, and structural sections of asphaltic concrete and base course on the basis of Traffic Indices (Tls) to be provided by the City. • Geotechnical requirements and compaction criteria for construction of street subgrade and pavement sections. • Recommendations for post- investigation services. Schedule Ninyo & Moore estimates the completion of field work to Report will take about 6 weeks. f: \prop \civ \newportbeach\98w -0176 rehab \jamboree2 \06_scope2.doc 6-2 Berryman & Henigar 0 0 City of Newport Beach SECTION 6 Jamboree Road Rehabilitation SCOPE OF SERV ICES PAVEMENT REHABILITATION PLANS Pavement rehabilitation plans will be prepared on the 40 -scale base maps for this project. The improvement plans will be based on 2 inches of asphalt concrete over fabric, the Materials Report prepared by NINYO & MOORE, and on the field review by Berryman & Henigar staff. The plans will include: • title sheets; • typical cross - sections; • limits of crack seal, pavement removal and reconstruction, and asphalt concrete overlays; • limits of cold milling along curb and gutter, median gutter, cross - gutters and project limits; • adjustment to grade for utility vaults and manhole frame and cover; • reinstallation of traffic signal loop detectors as necessary based upon City's striping plans. Striping And Pavement Marking Plans Striping and pavement marking plans will be provided by the City. The plan will include the necessary details for the replacement of existing traffic signal loop detectors as needed along Jamboree Road. Stage Construction And Traffic Control Stage construction and traffic control requirements will be outlined in the Special Provisions so that the construction contractor can prepare plans delineating the work to be performed in each phase of construction and showing how the traffic is to be handled during construction. UTILITY NOTIFICATIONS B &H staff will send out second notices with two sets of preliminary plans to all affected utilities and other agencies for their review of the proposed improvements, and will incorporate comments received into the final design. COST /QUANTITY ESTIMATES AND SPECIFICATIONS Cost/Quantity Estimates shall be prepared in a unit price format indexed for easy updating. City's Standard Specifications shall be provided by the City and incorporated into the contract documents. The consultant will provide the Special Provisions specifically for the project. 70% SUBMITTAL The 70% Submittal to the City for review and comments will include two sets of the following: 1. Title Sheet. 2. Preliminary Street Improvement Plans.. 3. Detail and Sections. 4. Preliminary Quantity and Cost Estimate. 5. Initial results of the soils evaluation will be discussed to determine design parameters. A comment review meeting is anticipated after receiving comments back from the City. 100% SUBMITTAL The 100% submittal to the City will include the final plans, complete draft specifications, draft special provisions, and final quantities and cost estimates. All previous design comments and all design related issues will be addressed with this submittal. A comment review meeting with the City is anticipated after receiving comments back from the City. FINAL SUBMITTAL PACKAGE Prepare final plans, specifications, and estimates City staff and utility companies' review comments. Send out final utility notices and plans for approval, and to obtain the necessary permits, where applicable. fAprop \cMnewpor1beach198w -0176 rehab \jamboree2106 scope2.doc 6 -3 Berryman & Henigar 0 0 City of Newport Beach SECTION 6 Jamboree Road Rehabilitation SCOPE OF SERVICES Submittal of Final Plans, Specifications, and Estimate (PS &E) will include the following: 1. Submit all pertinent design correspondence, including responses from utilities. 2. Original mylar and two sets of Street Improvement Plans. 3. Original and two sets of specifications 4. Cross - sections and working drawings. 5. Cost Estimate and all backup materials 6. Electronic files of CAD drawings (AutoCAD) and specifications (Microsoft Word or WordPerfect). 7. City's red -line comments on the Preliminary Plan Submittal. BID PHASE AND CONSTRUCTION SUPPORT Attend pre - construction meeting. Berryman & Henigar staff will be available throughout the bidding and construction phase of the project for plan interpretations and tech- nical support. Provide engineering assistance in change order work initiated by the City or variation of submittal packages due to funding source changes. Prepare Project Record Drawings from the Contractor's red -lined blueprints on the original signed mylars. C \prop \ci0newportbeach\98w -0176 rehab \jamboree2 \06_scope2.doc 6 -4 Berryman & Henigar m L X W U co W PL W T LL U W 1J V W ti LU W LL 0 m W rx W 0 e •a R Q 0 w Ah N M m N O CO UO N oav M o 'aU l9 a 2 Q U o` J moc � c c c @ J m m p W W d c 0 a`jao EL a a LL s 3 0 W u f� V N N m O V O O c0 O W N cD V N C M 0) N 01 M n N M V M N M N 0), M R N 0- W N O M r n LSI V) vW M (A fA fA fA cA M t9 f9 b9 M f9 m M M Cl) C Ch NO N M � U h� C� N � lbs. N N-T C V n N Cl) U N a N N° OM) N LU O 0 co w M W co � 04 co N to °° m v <° o n CO yN c0 N N C4 J � N N � b N N V N N (O N N N K d co to N d m W W x z 0 O J Q ¢ C CL Q Z Z LU — ¢ O � fn W U 0 J Z N w N W 00 O Ovn0 _Z z_ F~ d W W wx0a H ¢NU wXUI- W W 3 N coz U Oyw°� (nz 0 O a� ). W z W a' Jb)z 0P: Homo to co < -ia U W az 0 7 U. U. LUUOw �¢vW o°i `oy� o E y� W ZzzZ(nxQdO ZZ o.a- 3zv� >z00 N O3 U co 0 R Uo6> M x o. aa)W - KL7 —� -1 W U x W W U) WL¢iz U) MZaw z WS`zWJJ2wOW 2goEQ !� -0a. N LLI 0 )m2>¢¢ WO-)F W JJUw N U) V) 0 m W rnOUrnw&RW-jzO >wa WO O W¢ 0 o z Wo O o p 0 LL. y w x w� w w¢ W¢ a z m 0a0Ofn¢¢mLLtn U' aawtnU Z x_ w 00 ama J = Q O N M m N O CO UO N oav M o 'aU l9 a 2 Q U o` J moc � c c c @ J m m p W W d c 0 a`jao EL a a LL s 3 0 W u City of Newport Beach 0 Jamboree Road Rehabilitation Project BERRYMAN & HENIGAR 0 HOURLY RATE SCHEDULE EQUIPMENT: HOURLY TYPE RATE Dynaflect 125.00 Inroads CADD Design 24.00 Microstation CADD Drafting 12.00 Plotter 11.00 Out -of- pocket expenses (blueprinting, reproduction, and printing) will be invoiced at cost plus 15 %. A 15% fee for administration, coordination and handling will be added to subcontracted services. Mileage will be invoiced at $0.36 /mile. Scheduled overtime will be performed at 125 %. Rates may be adjusted after that date to compensate for labor cost increases and other increases due to inflationary trends. Clproplciv \newpodbeach \98w•0176 rehab\proL&appa_mte.doc Berryman & Henigar HOURLY HOURLY CLASSIFICATION RATE CLASSIFICATION RATE Principal Consultant 146.00 Technician 1 35.00 Principal Engineer 135.00 Licensed Land Surveyor 87.00 Senior Associate 113.00 Supervising Land Surveyor 81.00 Senior Engineer 103.00 2- Person Survey Crew 163.00 Engineer III 92.00 3- Person Survey Crew 198.00 Engineer 11 81.00 Senior Survey Analyst 81.00 Engineer 1 70.00 Survey Analyst 70.00 Planner 11 81.00 Senior Inspector 70.00 Planner 1 70.00 Inspector 60.00 Senior Designer 87.00 Senior Contract Administrator 71.00 Designer 70.00 Contract Administrator 61.00 Senior Draftsperson 60.00 Building Official 94.00 Draftsperson 48.00 Senior Programmer 76.00 Engineering Assistant 60.00 Programmer 60.00 Plan Checker IV 92.00 Cadd Designer 81.00 Plan Checker 111 81.00 Cadd Operator II 70.00 Plan Checker II 76.00 Cadd Operator 1 60.00 Plan Checker I 70.00 Word Processor III 60.00 Technician VI 76.00 Word Processor 11 48.00 Technician V 65.00 Word Processor 1 39.00 Technician IV 55.00 Clerical 33.00 Technician III 46.00 Technician II 39.00 EQUIPMENT: HOURLY TYPE RATE Dynaflect 125.00 Inroads CADD Design 24.00 Microstation CADD Drafting 12.00 Plotter 11.00 Out -of- pocket expenses (blueprinting, reproduction, and printing) will be invoiced at cost plus 15 %. A 15% fee for administration, coordination and handling will be added to subcontracted services. Mileage will be invoiced at $0.36 /mile. Scheduled overtime will be performed at 125 %. Rates may be adjusted after that date to compensate for labor cost increases and other increases due to inflationary trends. Clproplciv \newpodbeach \98w•0176 rehab\proL&appa_mte.doc Berryman & Henigar C November 23, 23, 1998 CITY COUNCIL AGENDA ITEM NO. 12 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL � NOV 2 3 FROM: PUBLIC WORKS DEPARTMENT M Ru r SUBJECT: APPROVAL OF PROFESSIONAL SERVICES AGREEMENT FOR JAMBOREE ROAD REHABILITATION FROM EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD — CONTRACT NO. 3242 RECOMMENDATION: Approve a Professional Services Agreement with Berryman & Henigar of Santa Ana, California, for professional engineering services for a contract price of $ 37,134. DISCUSSION: As a part of the City's adopted FY 98 -99 Capital Improvement Program, staff invited six (6) engineering firms to submit their proposal for providing engineering design services for approximately 1 mile of Jamboree Road from East Coast Highway to San Joaquin Hills Road. The scope of the professional services include the research of available records, data collection, field survey, geotechnical investigations, utility coordination, development and analysis of roadway rehabilitation strategies, preparation of project plans and specifications, re- construction coordination and meetings, bidding and construction assistance, and the preparation of as -built plans after construction completion. All six (6) firms responded to our request for proposals. Staff reviewed the firms' qualifications, past experience on similar projects, and availability and ranked Berryman & Henigar of Santa Ana as the most suitable for the project design work. Upon selection, staff negotiated with Berryman & Henigar to provide the necessary scope of services for a fee of $ 37,134. Berryman & Henigar have completed engineering services on similar projects for our City and other local agencies in Southern California. SUBJECT: APPROVAL • PROFESSIONAL SERVICES AGREEI *S FOR JAMBOREE ROAD REHABILITATION FROM E. COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD — CONTRACT NO. 3242 NOVEMBER 23, 1998 Page 2 Funding Funds for this project are available in Account No. 7181- C5100480, PAVEMENT MANAGEMENT PROGRAM FY 1998 -99 MAJOR MAINTENANCE, Jamboree Road Rehabilitation, East Coast Highway to San Joaquin Hills Road. Respectfully submitted, PUBLIMORKS DEPARTMENT Don Webb. Director Bill Patapoff ` City Engineer . Attachment: Project Location Map Professional Services Agreement Exhibit "A" Scope of Services Exhibit "B" Schedule of Hourly Billing Rates f: \users \pbw \sha red \coun cil \fy98- 99 \nov -23 \j am boree. do c 0 JOPOOIN SAN y /<(Sv QO �O QO qp a z v CD D :0 co (vim O� FASHION ISLAND NOT TO SCALE P CIF-IC n COq oU Sr 0 ti�cy Y JAMBOREE ROAD REHABILITATION FROM PACIFIC COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD 0 • PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this 24th day of November, 1998, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and Berryman & Henigar, whose address is 2001 East First Street, Santa Ana, California, 92705, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement Street rehabilitation on Jamboree Road, between East Coast Highway and San Joaquin Hills Road. ( "Project'). C. City desires to engage Consultant to provide professional engineering design services for street improvements on Jamboree Road based upon the terms and conditions contained in this Agreement. D. The principal members of Consultant are for purpose of Project are William Stracker, P.E., and Mohammed Rowther, P.E. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the terms of conditions provided in this Agreement. -1- • NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 24th day of November, 1998, and shall terminate on the 301h day of June, 1999, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of Thirty -seven thousand, one hundred thirty -four Dollars ($ 37,134). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior -2 written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and -3- 0 0 warrants that it shall keep in effect all such licenses, permits and other approvals during • the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor "), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractor's schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the 0 control of Consultant, except to the extent they are limited by statute, rule or regulation -4- 0 0 and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Mohammed Rowther, P.E., to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. &I i i i 0 9 Consultant, at the sole discretion of City, shall remove from Project any of its ipersonnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. B. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified in "Exhibit A ". The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. in 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project , direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this • -7- 0 0 indemnity shall be construed as authorizing, any award of attorneys' fees in any action on 0 or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A VII or better carriers, unless otherwise approved by City Risk Manager. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other • form with a general aggregate is used, either the general aggregate shall 91 0 apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($ 1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or N is 0 0 10 any of the services to be performed under this Agreement, directly or indirectly, by 0 operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice 0 and has received from Consultant written consent for such changes. -10- • C Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City and field review by Consultant. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be -11- 9 0 41 performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this 0 Agreement. -12- 0 0 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. -13- 0 0 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: William E. Stracker, P.E. Senior Vice President Berryman & Henigar 2001 East First Street Santa Ana, CA 92705 (714) 568 -7300 Fax (714) 836 -5906 0 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of -14- • • terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as -15- 9 0 E 0 0 compared to contractor bids or actual cost to City. . 31. CADD DELIVERABLES C� J CADD data delivered to City shall not include the professional stamp or signature of an engineer or architect. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's -16- 0 0 drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed • on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH A Municipal Corporation By: By: Robin Clauson Mayor Assistant City Attorney City of Newport Beach ATTEST: CONSULTANT By: By: LaVonne Harkless William E. Stracker, P.E. City Clerk Senior Vice President f: \u se rs \pbMsh ared \a gm t \99 \beryrnan. doc -17- X LLI Lo LL) z 0 Uj U) Q) uj CL m m Q) m EQ'l Ei ft • I LA �k "ell 4) ZE 0 Zi 6 WE U) U) si c a- LLJ 0 CL ca. < 0 r (E 0 76 .X a) > -coo Cc: LuU LU C,6 U) c 0 U) m vo) < c- --r- o 1� — (0) L) (1) ® Q) — 1 ?: a,) (m (-) r- ?r. cm: 0' - .2 > c: -6 2�., cu C: cy) -Fn 'n Zt= 0 (1) Cad 0 E Z . q .2 a) Z) CM a) 0 lu > E 76 c 0 0 m C/5 m co LZ C) 0 w 0- D C:) 0- 1-- LL c 03 M V, LO W a c= C, N cl) Iq I LA �k City of Newport Beach Jamboree Road Rehabilitation The following is our proposed approach for the design development and preparation of construction documents for Jamboree Road Rehabilitation in the City of Newport Beach. PROJECT SCOPING MEETING Upon receipt of the Notice to Proceed, Berryman & Henigar will set up a kick -off meeting with the City staff to discuss the detailed scope of work and schedule of milestone dates. We will also review the project objectives, budget, design criteria, permit requirements (such as the Coastal Development Permit), and any potential problems which may require early lead time or mitigation. DOCUMENT RESEARCH Berryman & Henigar staff will research City records for "as- built" street improvement plans, bench mark locations, monument information, pavement delineation plans, geotechnical information, and other data that may be pertinent to the project. Letters will be sent to all agencies known to be providing utilities and services or to be operating within the project area. This letter will include the project schedule and a request for existing plans. The existing utility services will be added to the project plans. DESIGN SURVEY A field topographic survey will be conducted to locate and detail all pertinent existing improvements within the street right -of -way including curb, manholes, valves, vaults, pull boxes, catch basins, driveways, aprons, back of walk, handicap ramps, above ground utilities including poles, street light and traffic signals, etc. Cross section elevations will be taken at approximately 100 -foot intervals and will include top of curb, gutter flowline and lip, back of walk, and any grade breaks. Roadway improvements will be surveyed to join with 0 SECTION 6 SCOPE OF SERV ICES the new design. Elevations along a 10' by 10' grid will be obtained at the intersection of San Joaquin Hills Road and Jamboree Road to provide for an analysis of the intersection geometrics. MONUMENT PRESERVATION Existing street centerline monuments will be tied out prior to any construction activities and will be properly documented and filed with the County Surveyor as record information. BASE MAP DEVELOPMENT Base plans shall be generated from, existing plans and other information furnished by the City, field survey, and data gathered by field review. The plans will be prepared utilizing AutoCAD computer aided drafting (CAD) with Softdesk Civil Design software. The base plans will be generated at a scale of 111=40'. FIELD REVIEW A field review will be performed after preparation of the base plans to verify topography within the roadway (i.e., manholes, valve boxes, driveway locations, etc.), verify locations of existing striping, pavement marking and loop detectors and limits of pavement reconstruction. SAN JOAQUIN HILLS ROAD AND JAMBOREE ROAD INTERSECTION ANALYSIS Develop a 20 scale intersection grid plan with possible 10 scale "blow -ups" to review the elevations and analyze the roadway geometrics for this location. This analysis will include drainage and safety issues. 1 \prop \civ \newpor beach \98w -0176 rehab\jamboree2 \06_scope2.doc 6 -1 Berryman & Henigar 0 0 J E City of Newport Beach • Jamboree Road Rehabilitation GEOTECHNICAL INVESTIGATION Field Exploration NINYO & MOORE will drill 2 shallow borings within the project limits. Borings will be excavated to a depth of about 10 feet below existing ground surface. Two additional borings will be drilled to a depth of 5 feet to determine pavement thickness at other locations along the road at the direction of the Engineer. NINYO & MOORE will contact City representatives for information regarding buried utilities and structures. They will also notify Underground Service Alert (USA) to coordinate with utility companies to clear underground conduits and subsurface structures in the vicinity of planned boring locations. Where proposed borings will penetrate existing pavements, the thickness of pavement section will be measured and recorded. Subsurface conditions encountered during exploration will be logged by our field personnel. Bulk samples of representative soil types will be obtained in the borings. Earth materials encountered will be classified in accordance with the Unified Soil Classification System (ASTM D2488). Samples will be packaged, labeled, and transported to the laboratory for testing. Upon completion of drilling and sampling, borings will be backfilled with on -site excavated materials. Where existing pavements are penetrated, the upper 6 inches near street grade will be patched with cold -mix asphalt concrete or quick -set cement. Laboratory Testing and Analysis Samples obtained in the field will be tested in the laboratory to evaluate their subgrade support properties. Laboratory testing will include moisture, dry density, wash sieve (No. 200) analysis, corrosivity, compaction, and a resistance "R" value test. Laboratory • SECTION 6 SCOPE OF SERVICES testing will be performed in general accordance with applicable procedures of the current American Society for Testing and Materials (ASTM), California Department of Transportation (Caltrans) Test Method (CTM), or other approved test standards. Investigation Report Based upon results of the field exploration and laboratory testing, we will analyze the information developed through our investigation or otherwise available to us, including those aspects of the subsurface conditions that may affect design and construction of the project adjacent to the median. NINYO & MOORE will submit a report summarizing our findings and recommendations. Four copies of the report will be submitted. The report will address the following items: • A summary of the measured thickness of existing structural sections at the exploratory locations. • A description of subsurface conditions adjacent to the landscaped medianand controlling engineering properties of the encountered materials, including documentation of boring and sampling locations, and laboratory test results. • Evaluation of pavement, including support characteristics of subgrade, preparation of subgrade, and structural sections of asphaltic concrete and base course on the basis of Traffic Indices (Tls) to be provided by the City. • Geotechnical requirements and compaction criteria for construction of street subgrade and pavement sections. • Recommendations for post- investigation services. Schedule Ninyo & Moore estimates the completion of field work to Report will take about 6 weeks. f: \prop \civ\newportbeach \96w -0176 rehab \jamboree2 \06 scope2.doc 6-2 Berryman & Henigar ., o City of Newport Beach • Jamboree Road Rehabilitation PAVEMENT REHABILITATION PLANS Pavement rehabilitation plans will be prepared on the 40 -scale base maps for this project. The improvement plans will be based on 2 inches of asphalt concrete over fabric, the Materials Report prepared by NINYO & MOORE, and on the field review by Berryman & Henigar staff. The plans will include: • title sheets; • typical cross - sections; • limits of crack seal, pavement removal and reconstruction, and asphalt concrete overlays; • limits of cold milling along curb and gutter, median gutter, cross - gutters and project limits; • adjustment to grade for utility vaults and manhole frame and cover; • reinstallation of traffic signal loop detectors as necessary based upon City's striping plans. Striping And Pavement Marking Plans Striping and pavement marking plans will be provided by the City. The plan will include the necessary details for the replacement of existing traffic signal loop detectors as needed along Jamboree Road. Stage Construction And Traffic Control Stage construction and traffic control requirements will be outlined in the Special Provisions so that the construction contractor can prepare plans delineating the work to be performed in each phase of construction and showing how the traffic is to be handled during construction. UTILITY NOTIFICATIONS B &H staff will send out second notices with two sets of preliminary plans to all affected utilities and other agencies for their review of the proposed improvements, and will incorporate comments received into the final design. • SECTION 6 SCOPE OF SERVICES COST /QUANTITY ESTIMATES AND SPECIFICATIONS Cost/Quantity Estimates shall be prepared in a unit price format indexed for easy updating. City's Standard Specifications shall be provided by the City and incorporated into the contract documents. The consultant will provide the Special Provisions specifically for the project. 70% SUBMITTAL The 70% Submittal to the City for review and comments will include two sets of the following: 1. Title Sheet. 2. Preliminary Street Improvement Plans.. 3. Detail and Sections. 4. Preliminary Quantity and Cost Estimate. 5. Initial results of the soils evaluation will be discussed to determine design parameters. A comment review meeting is anticipated after receiving comments back from the City. 100% SUBMITTAL The 100% submittal to the City will include the final plans, complete draft specifications, draft special provisions, and final quantities and cost estimates. All previous design comments and all design related issues will be addressed with this submittal. A comment review meeting with the City is anticipated after receiving comments back from the City. FINAL SUBMITTAL PACKAGE Prepare final plans, specifications, and estimates City staff and utility companies' review comments. Send out final utility notices and plans for approval, and to obtain the necessary permits, where applicable. 0 0 Ll flprop \civ \newpoMbeach \98w -0176 rehab\jamb0ree2 \06_scope2.doc 6-3 Berryman & Henigar t 0 City of Newport Beach 0 . SECTION 6 Jamboree Road Rehabilitation SCOPE OF SERVICES Submittal of Final Plans, Specifications, and Estimate (PS&E) will include the following: 1. Submit all pertinent design correspondence, including responses from utilities. 2. Original mylar and two sets of Street Improvement Plans. 3. Original and two sets of specifications 4. Cross - sections and working drawings. 5, Cost Estimate and all backup materials 6, Electronic files of CAD drawings (AutoCAD) and specifications (Microsoft Word or WordPerfect). 7. City's red -line comments on the Preliminary Plan Submittal. BID PHASE AND CONSTRUCTION SUPPORT Attend pre - construction meeting. Berryman & Nenigar staff will be available throughout the bidding and construction phase of the project for plan interpretations and tech- nical support. Provide engineering assistance in change order work initiated by the City or variation of submittal packages due to funding source changes. Prepare Project Record Drawings from the Contractor's red -lined blueprints on the original signed mylars. /:lprop\civ newportbeach198w.0176 rehabljamboree2106 scope2.dac 6 -4 Berryman & Henigar .Q L X W U W m O W LL o T U W J W 'U'^^ v! W W O J co W Q uj Q W �C C Q E G .Q CL c� C M d Q 0 V 3 v U T v ) m o M N T V) rnaUC U 0 T N O � JI 0 co U n >a U > N W 0 d rnv v � J ( C W W c 2 U) W W n 0 9 J W w r� N o0 u) M C•) N O> M f� N M O OJ c0 aC M c- W _ W b> EA f9 b7 bi N f9 f9 M ui M N (fi N U t`1 � U � N � Q C) V (f) 7 V N N N M O N U � o m 0J v to .- a. U o T O N O a N j0 M N N V a� n CJ N Vl O N W N C = z 0 J F Q CD C C7 0 Z z O V) W W U Z J Z Q O V) N W O O 0 (n f- W W V) Z Z W y O wtnF ¢tnU,e cl: 9 x (nz J N cu } W Z W W N Z O p F-o V)0 to Oa -j (D Uw n0.� aZ 0 7 tl —� W U w JZQ W �.. 70 O D E OH }HOOD J�?w V)� .° zU O -j U_ .a>?aa?3z<F }ZOO w it w f w to N¢ x z z z_ a W w a w U Z W Z W J J O W 2? O LL D z a. N H O 0 7 N W Onn2 >aa W 0")F -W JJU 2' c0 to �±�0 « w V)OUtnwRRW- JzO >waw0 p Z W 0 0 O w w O w� W w¢ W¢ w Q W-? a 0 « 0 w— w .- Dd00NQQfl MOOd(L Vwu 0 Uama Q Vf V) N M Q to N f` w to 3 v U T v ) m o M N T V) rnaUC U 0 T N O � JI 0 co U n >a U > N W 0 d rnv v � J ( C W W c 2 U) W W n 0 9 J W w r� • • City of Newport Beach • Jamboree Road Rehabilitation Project BERRYMAN 8 HENIGAR 0 HOURLY RATE SCHEDULE EQUIP ENT: HOt1RLY TYPE RATE Dynaflect 125.00 Inroads CADD Design 24.00 Microstation CADD Drafting 12.00 Plotter 11.00 Out -of- pocket expenses (blueprinting, reproduction, and printing) will be invoiced at cost plus 15 %. A 15% fee for administration, coordination and handling will be added to subcontracted services. Mileage will be invoiced at $0.36 /mile. Scheduled overtime will be performed at 125 %. Rates may be adjusted after that date to compensate for labor cost increases and other increases due to inflationary trends. /: 1prop \civ \newportbeach \98w-0176 rehab \prof d \appx_rale.doc Berryman & Henigar HOURLY IiOIJRLY CLASSIFICATION RATE_ CLASSIFICATION RATE Principal Consultant 146.00 Technician 1 35.00 Principal Engineer 135.00 Licensed Land Surveyor 87.00 Senior Associate 113.00 Supervising Land Surveyor 81.00 Senior Engineer 103.00 2- Person Survey Crew 163.00 Engineer III 92.00 3- Person Survey Crew 198.00 Engineer II 81.00 Senior Survey Analyst 81.00 Engineer 1 70.00 Survey Analyst 70.00 Planner II 81.00 Senior Inspector 70.00 Planner 1 70.00 Inspector 60.00 Senior Designer 87.00 Senior Contract Administrator 71.00 Designer 70.00 Contract Administrator 61.00 Senior Draftsperson 60.00 Building Official 94.00 Draftsperson 48.00 Senior Programmer 76.00 Engineering Assistant 60.00 Programmer 60.00 Plan Checker IV 92.00 Cadd Designer 81.00 Plan Checker III 81.00 Cadd Operator II 70.00 Plan Checker 11 76.00 Cadd Operator 1 60.00 Plan Checker 1 70.00 Word Processor 111 60.00 Technician VI 76.00 Word Processor 11 48.00 Technician V 65.00 Word Processor 1 39.00 Technician IV 55.00 Clerical 33.00 Technician III 46.00 Technician II 39.00 EQUIP ENT: HOt1RLY TYPE RATE Dynaflect 125.00 Inroads CADD Design 24.00 Microstation CADD Drafting 12.00 Plotter 11.00 Out -of- pocket expenses (blueprinting, reproduction, and printing) will be invoiced at cost plus 15 %. A 15% fee for administration, coordination and handling will be added to subcontracted services. Mileage will be invoiced at $0.36 /mile. Scheduled overtime will be performed at 125 %. Rates may be adjusted after that date to compensate for labor cost increases and other increases due to inflationary trends. /: 1prop \civ \newportbeach \98w-0176 rehab \prof d \appx_rale.doc Berryman & Henigar