Loading...
HomeMy WebLinkAboutC-3527(G) - Balboa Village Improvements Phase 3 - Design ServicesPROFESSIONAL SERVICES AGREEMENT WITH PSOMAS FOR ENGINEERING DESIGN WORK FOR PHASE 3 OF THE BALBOA VILLAGE IMPROVEMENT PLAN THIS AGREEMENT is made and entered into as of this % day of August, 2005, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and PSOMAS, a California corporation, whose local address is 3187 Red Hill Avenue, Suite 250, Costa Mesa, CA 92626, ( "Consultant'), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. PSOMAS is a Los Angeles -based engineering consulting firm that offers services in planning, land development, and transportation engineering. C. In 2000, the City initiated an improvement program for Balboa Village that was designed to promote pedestrian use and improve traffic circulation in the area (hereinafter referred to as the 'Balboa Village Improvement Plan" or "Plan "). D. In May 2000, City hired PSOMAS to prepare the design and construction documents for the first three phases of the Balboa Village Improvement Plan. The original contract with PSOMAS was for $493,131, and six amendments were executed, the last of which expired on December 31, 2003. As of June 2003, construction of Phases 1 and 2 of the Balboa Village Improvement Plan was complete. City now desires to begin construction of Phase 3 of the Plan. E. To this end, City desires that PSOMAS revise some of its design drawings for Phase 3 and prepare additional drawings, if necessary, to incorporate concept changes and cost reduction measures for the Plan. The work will include design revisions to the following improvement drawings: (1) Bay Avenue (Main Street to Palm Street), (2) Palm Street (Balboa Boulevard to Edgewater), (3) Washington Street (Balboa Boulevard to Edgewater), (4) Balboa Boulevard (Main Street to A Street), and (5) the storm drain system on Bay Avenue. F. City desires to engage Consultant to provide these services, which are more fully described on Exhabit A (`Project'). G. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. H. The principal member of Consultant for purposes of Project, shall be Tom Herbell, P.E., Vice President. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to 0 0 retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 2. 3. 4. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31s day of December, 2006, unless terminated earlier as set forth herein. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Consultant shall perform the services in accordance with the schedule included in Exhibit A. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Fee Schedule attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Seventy -Five Thousand Dollars and no /100 ($75,000) without additional 2 authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. Approved reproduction charges. B. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, `Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Fee Schedule as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Tom Herbell to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. — Consultant; -atth rle disuetion-of City, shath-emove from tI IV PIUjW;t ally of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permute by law, Consultant shall indemnify, fend and hold harmless City, its City uncil, boards and commissions, affi rs, agents and employees (collectively, he "Indemnified Parties) from and agat any and all claims (including, wlthou limitation, claims for bodily injury, death r damage to property), demands, obl ations, damages, actions, causes of a ion, sults, losses, judgments, fines, enalties, liabilities, costs and expense (including, without limitation, attome s fees, disbursements and court costs) o every kind and nature whatsoever (t dividually, a Claim; collectively, "Claims ") which may arise from or in any ma r relate (directly or indirectly) to any wor negligently performed or services provided under this Agreement (in g, without limitation, defects in workmanship or materials and/or design d4fects [if the design originated with Consultant)) or Consultant's presence r activities conducted on the Project (including the negligent and /or wilifu acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or Indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this Indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any Insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It Is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or 12. 13. 14. 0 interest in the work to be performed Consultant on the Project. CITY POLICY 0 City agrees to cooperate with the Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employee's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's ten days notice if cancellation is due to nonpayment of premium. employees. Any notice of cancellation 1 of all Workers' Compensation policies must be recall ad by City at least thirty (30) calendar days prior to such chang The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance In an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other farm with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. ill. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily Injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. Iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. ,Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. H. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess Insurance only and not contributory with the insurance provided hereunder. ill. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 7 • IV. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The Insurance provided by this policy shall not be -wsparded +raided, canceled, er Fedweed im emmage a ii lh 0ts, by either party except after thirty (30) calendar days written notice has been e�ygiven to City, ten (10) days notice if cancellation is due to nonpayment of premium. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the Interest of any general partner or joint venturer or syndicate member or cotenant rf Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering Into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further L 0 0 compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. All improvement and /or construction plans shall be prepared with indelible waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with a minimum thickness of three mils. Consultant shall provide to City 'As- Built' drawings, and a copy of digital ACAD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of 2 a • City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect, to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 10 25. P7.1 27 2s. 0 0 CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. harmless City for any and all claims fo r violation of this Section. NOTICES Consultant shall indemnify and hold damages resulting from Consultant's All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Bill Patapoff, City Engineer Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 -644 -3311 Fax: 949 -644 -3318 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Attention: Mr. Tom Herbell, P. PSOMAS 3187 Red Hill Avenue, Suite 250 Costa Mesa, CA 92626 Phone: 714- 751 -7373 Fax: 714 -545 -8883 TERMINATION E., Vice President In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be 11 0 0 deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting parry may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 12 33. AMENDMENTS 0 This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. [SIGNATURES ON FOLLOWING PAGE] 13 0 APPROVED AS TO FORM: By: Cam_ Aaron C. Harp Assistant City Attorney ATTEST: i Ili /L.� /,1 .L�. City Clerk i CITY OF NEWPORT BEACH, A Municipal Corporation • reps IT kq - I me .. CONSULTANT: PSOMAS, INC. By:i (Corporate Officer) Title: prP_sI'��rL_� Print Name: /S� MGze.64 By: r) Title: Y/L'E Attachments: Exhibit A — Scope of Services Exhibit B — Fee Schedule [F:Users\PBVVAgreementsTFY 05- 06 \PSOMAS- Balboa Village III] 14 P S O M A S EXHIBIT A BALBOA VILLAGE PHASE 3 PLAN REVISIONS SCOPE OF WORK SCOPE OF WORK AND ASSUMPTIONS The scope of work is based upon the Status Report (no date) provided to Psomas and after subsequent conversations with Emmet Berkery the City's project manager. From review of the Status Report the work generally involves curb, gutter, sidewalk and asphalt overlay for the following streets: • Palm Street from Balboa Boulevard to Edgewater • Washington Street from Balboa Boulevard to Edgewater • Bay Avenue from Palm Street to Main Street • Balboa Boulevard sidewalk between Main Street and A Street The work is anticipated to involve the revisions to the road sheets as follows: • Palm: 2,3,10,22,30 • Washington: 12,23 • Bay: 7,21 • Balboa Boulevard: 5,6 Psomas will be providing revisions to the street plans and details only. The City will provide all other plan revisions and coordination that may be necessary such as striping, odor control and landscape plans. For purposes of this contract, drawing preparation shall be construed to mean modification to previously prepared drawings to incorporate pertinent design revisions as well as new drawings as needed to add existing details. 1. Review previously prepared construction drawings. Conduct site visits. 2. Attend (10) ten hours of meetings at City Hall. 3. Bi- weekly progress meetings will be held at Psomas offices with City's project manager. 4. Prepare plan and profiles for four catch basins and laterals at Bay Avenue and Washington Street. For purposes of this contract plan preparation shall construed to mean modification to previously prepared drawings to incorporate pertinent design revisions. 5. Prepare and plan and profile for a catch basin and lateral at northeast quadrant at Palm Street and Bay Avenue to tie into existing catch basin at Palm Street and Edgewater. P S O M A S 6. Prepare improvement drawing for Bay Avenue including two new catch basins and laterals, new curb, gutter and sidewalk (to match existing grades), AC overlay, and ADA ramps. 7. Prepare improvement drawing for Palm Street (Balboa Boulevard to Bay Avenue) including new curb, gutter and sidewalk (to match existing grades), alley approach, driveway approach, AC overlay, and ADA ramps. 8. Prepare improvement drawing for Palm Street (Bay Avenue to Edgewater) including new sidewalk (to match existing grades) and revising bulb -out at northeast corner. 9. Prepare improvement drawing for Washington Street (Balboa Boulevard to Bay Avenue) including new curb, gutter and sidewalk (to match existing grades at back of sidewalk), new crowned pavement section (type to be determined by City) and a ADA ramp (southwest quadrant). Eliminate tree wells as directed. 10. Review improvement drawing for Washington Street (Bay Avenue to Edgewater) and as needed, adjust grades at Bay Avenue intersection, modify bulb -out, change pavement material as directed, and eliminate tree wells as directed. 11. Prepare improvement drawing for Balboa Boulevard (Main Street to A Street) including new decorative sidewalk within the existing parkway (to match existing grades at back of sidewalk) and modification of tree well locations. 12. Revise design for Washington Street Restroom parking lot based upon site plan to be provided by City. 13. Revise the demolition and horizontal control drawings as needed to be consistent with the improvement drawings. 14. Revise the title sheet, construction note sheets, and detail sheets to be specific to Phase 3 construction. Renumber construction notes for consistency. Renumber Phase 3 sheets. 15. Plot location of utility conduits per underground district drawings to be provided by City. 16. Review contract special provision prepared by City. 17. Prepare quantity and cost estimate with backup calculations. 18. Provide construction review services (BFI's, etc) — estimated at 40 hours. 19. Prepare record drawings incorporating field changes. Assumptions ➢ Utility Coordination will be performed by the City ➢ No specifications or bid schedule will be prepared. ➢ No additional field survey is necessary. ➢ Traffic Control Plans are not included ro • O LI nk yx A as, d C r r� u SeEOe Vilaak Mngwulrienl PIMm - Plreea 3 .kly 79,2005 10 Task Name Ourallon Sint Fn10 AAst Septamp'. 0t105m N b_f3 Iak, January j F Iaun MWO :A,,k _May -_ O S, W _; _ Wy 4@4 Jan Fae Mr _ Apr May 1 2 3 C3 Coundl Amd 0 days To 11i&95 Tue &8105 •. ♦ W 3 a Canal eeewUkl 0daye Tue Wim Tue &1&95 .W, ♦`��}, S 75 %s .Itbaat 30 days Tua m Mon,= 2 CAy revew Sdata Tue 1WAA15 MM 1W31M S � 100% su5mliml 20 days T. 1dsI05 Mon 1431 N6 9 City fuel rBNew 3 data Tua 111905 T1m 1113105 10 spn 0-wi" a", 11,01111W5 fnU 11(195 1113 11 Ada ka 18 data Fd 111eN6 TSB 1112&05 12 0 BC Op. 0 date T. 1111 M T. 1112W1Ki . 11M � 13 pn3ed Awe odsys Tue1W10A5 T. 1Dim .1]M3 to i0 Wmmeluu COnNlullwi WdgA won 111W95 Fd&1W09 Task - — - Mluclone . E3Mnml Taaka Robed'. Mesa 3 SdieAAo V2905 Spill 5ummnry ^ us mal Mail"'. Om T. &905 RO9rele Rq dSummary Deedfine paflaI ro • O LI nk yx A as, d C r r� u P S O M A S EXHIBIT B RATESCHEDULE P S O M A S Public Works Fee Schedule Effective June 1, 2005 — June 30, 2006 CLASSIFICATION RATE ($) Principal -in- Charge $160-$180 Project Manager $145-$160 Project Engineer $125-S150 Staff Engineer $100-$130 CAD Designer $ 85-$115 Administrative Assistant/Analyst $ 60-$ 85 Expert Witness Testimony — two times normal rate Hourly rates include direct labor, overhead, fringe benefits and fee. REIMBURSABLE EXPENSES Mileage for field travel is charged at.375/mile and parking expenses incurred by office employees are charged at cost. Prints, messenger service, subsistence and other direct expenses will be charged at cost plus ten percent. The services of outside consultants or contractors will be charged at cost plus fifteen percent. SPECIAL EQUIPMENT Standard computer and technology costs are incorporated into the hourly rates shown above. Survey and other specialty equipment will be charged at a per unit per day rate. SIM fl $ 0S f0A I I PROSE(2 MOB=ATION 1 tl 6 11 f 1.2.W S S RR95E3]REETPLAV519SH TSI 3n 1. I10 110 5 5.9:0 5 f 139E PREPARE STORK URALY PLA.Y3 LU MI tli Ib 5 17N S f MI:A.AI?TIES LOST ESTL n f le NI f _I S 3 ! 111 QA W 11 51 5 5.110 5 - 5 \Il0 SI: BMSTTAIS IOCITY 4 i'_ Itl S 2.130 S f 219 SUBTOTAL m 105 236 M1 5 S.9b 5 MEETINOSICOORNMATION HI -Wtpp Y Cf1pRBNA]'iOA AT MIMA5 MI b S 4Nxl f 5 A" CIRTTNf' 'SATCM 10 10 5 AN, f SUBTOTAL 0 50 i am CONSTROCTR]N SUPPORT SER ES CO2�65U"GN SLYPoRTIRP'QWMS UC.l 20 IN b 5 IV. $ - 5 ag00 PREPARE wSBLlLT18ECORD UIUW'�4S a H 5 i.]A1 SUBTOTAL 30 N S 3./90 3 5 1)90 PROJECT TOTALS ITT 158 R20 616 is M.510 I t � i 10.110 REIMBURSABLES t 410 TOTAL FEEI 3 7SA00 m rA .rl yy I� oil y� 11 -. V) O 3 D AIIAAAAC ACCRA CERTIFICATE OF LIABILITY INSUR NCE 1231055 PRODUCER Dealey, Renton & Associates P. O. Box 10550 Santa Ana, CA 92711-0550 714 427 -6810 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED PSOMAS 11444 West Olympic Blvd „Suite 750 West Los Angeles, CA 90064 -1549 INSURERA Hartford Fire Ins. Co. INSURER a Travelers Property Casualty Co of Am 1 INSURER C: American Automobile Ins. Co. NsuRER D: Great Amercan Assurance Co. INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE POLICY EXPIRATION LIMRS A GENERALLIABIUTY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR X CONTRACTUAL 57CESOA1659 INDP. CONTRACTORS INCLUDED 10/15/04 10%15/05 EACH OCCURRENCE $1000000 FIRE DAMAGE (My one fire) $1000000 MED EXP(Any one person) $10000 PERSONALSADVINJURV $1000000 X BFPD, XCU GENERAL AGGREGATE $2.000.000 GEN'L AGGREGATE POLICY X LIM IT APPLIES PER: PRP X LOG PRODUCTS -COMPIOPAGG $2000000 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS P81015313892803 10/15/04 10/15/05 COMBINED SINGLE UMIT $1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA AOC AUTO ONLY: AGG $ $ EI(CEBB LIABILITY OCCUR F1 CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE S AGGREGATE $ $ $ C WORKERS COMPENSATION AND EMPLOYERS LIABILITY WZP80925342 10115104 10/15/05 'X WC SIAM GTH- EL EACH ACCIDENT $11A00,000 E.L. DISEASE - FA EMPLOYEE $1,000,000 E.L DISEASE -POLICY LIMIT $1,000,000 D OTHER Professional Liability EDN5850409 10/15/04 10/15105 $1,000,000 per claim $1,000,000 annl aggr. DESCRIPTION OF OPERATIONSILOCATONSNEHICLES !EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS General Liab. policy excludes claims arising out of the performance of prof. services 2NEW060302, Balboa Village Improvement Plan City of Newport Beach, Its elected or appointed officers, officials, employees, agents and volunteers are Additional Insured as respects to (See Attached Descriptions) City of Newport Beach Attn: Public Works Department 3300 Newport Blvd. Newport Beach, CA 92663 SHOULD ANYOFTHE ABOVE DESCRIBED POLICIESBE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WB.L=Fa9MUVMAIL10 — DAYSWRTTTEN NOTICE TOTHE CERTIFICATE HOLDER NMI ED TOTHE LEFT, 01110011ILTAIUDIUMOUNWU of #S135215/M113620 ry " -k-4LL G ACORD CORPORATION 1988 General and Auto Liability. Primary and Non - Contributing coverage, Cross Liability coverage, Waiver of Subrogation applies to GL. Waiver of Subrogation for WC Is included. (GL- AVPR/CRS/SBGL/AI -AU/SU B/)O AMU 25.3 (07187) 2 012 #51352115/M713620 n U L POLICY NUMBER: 57CESOA1659 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES or CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach Attn: Public Works Department 3300 Newport Blvd. Newport Beach, CA 92663 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work' for that insured by or for you. Additional Insured Continued: its elected or appointed officers, officials, employees, agents and volunteers PRIMARY INSURANCE: IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS INSURANCE. SEVERABILITY OF INTEREST: IT IS AGREED THAT EXCEPT WITH RESPECT TO THE LIMIT OF INSURANCE, THIS COVERAGE SHALL APPLY AS IF EACH ADDITIONAL INSURED WERE THE ONLY INSURED AND SEPARATELY TO EACH INSURED AGAINST WHOM CLAIM IS MADE OR SUIT IS BROUGHT. WAIVER OF SUBROGATION: IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. CG 20 10 11 85 POLICY NUMBER: P810153D892803 BUSINESS AUTOMOBILE LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED INSURED ENDORSEMENT (CA 20 48) Name of Person(s) or Organization(s) City of Newport Beach Attn: Public Works Department 3300 Newport Blvd. Newport Beach, CA 92663 BUSINESS AUTO COVERAGE Each person or organization indicated above is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in SECTION II of the Coverage Form. Additional Insured Continued: its elected or appointed officers, officials, employees, agents and volunteers CA20 48 07 97 0 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following 'attaching clause' needs to be completed only when this endorsement is Issued subsequent to preparation of the policy.) This endorsement forms apart of Policy No. WZP80925342 Issued to: PSOMAS By: American Automobile Ins. Co. Premium (if any) TBD We have a right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us). You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 -5% of the California workers compensation premium otherwise due on such remuneration. Person or Organization City of Newport Beach Attn: Public Works Department 3300 Newport Blvd. Newport Beach, CA 92663 WC 04 03 06 (Ed. 4-84) Schedule Job Description Waiver Applies to: its elected or appointed officers, officials, employees, agents and volunteers Countersigned by Authorized Representative ,t N05 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C -�50-7 (;) o0/100-%0 Agenda Item No August 9, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Emmet Berkery 949 - 644 -3311 embpe @aol.com SUBJECT: BALBOA VILLAGE IMPROVEMENT PLAN - PHASE 3, APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH PSOMAS RECOMMENDATION: Approve a Professional Services Agreement with PSOMAS of Costa Mesa, California, for design services for the Balboa Village Improvement Plan — Phase 3 at a not to exceed contract price of $75,000 and authorize the Mayor and City Clerk to execute the . Agreement. DISCUSSION: PSOMAS prepared the construction documents for the complete Balboa Village Project (Phases 1, 2 and 3). The initial contract for the design was awarded May 23, 2000, for a fee of $493,131. Phase 1 construction was completed in May 2002 and included the Balboa Pier parking lot, pier plaza, Main Street connection from the A Street parking lot, Balboa Boulevard (Adams Street to Main Street), and storm drain facilities, and water main in Balboa Boulevard. Phase 2 construction concluded in June 2003 and included construction of the Oceanfront boardwalk and median area, and street improvements for Palm Street and Washington Street from Oceanfront to Balboa Boulevard and Main Street from Oceanfront to Bay Avenue. For the Phase 3 project, PSOMAS will revise the drawings to incorporate cost reduction concept changes on Bay Avenue. The scope of PSOMAS' professional services will include design revisions to the improvement drawings for. 1. Bay Avenue (Main Street to Palm Street), 2. Palm Street (Balboa Boulevard to Edgewater), 3. Washington Street (Balboa Boulevard to Edgewater), 4. Balboa Boulevard (Main Street to A Street), and 5. Storm drain system in Palm Street and in Bay Avenue. SUBJECT: Balboa Village tin ent Plan — Phase 3, Approval of Professional Se Agreement with PSOMAS August 9, 2005 Page 2 PSOMAS has also included construction support services and record drawing preparation in their proposal. City Staff will be preparing the specification and bid package, revising the landscape and irrigation, traffic control, signing and striping and street light drawings as the revisions to these drawings are relatively minor. Funding Availability' There are sufficient funds available in the following account for the project: Account Description Account Number Amount CDBG 7161- C5100543 $75,000.00 Environmental Review: The Mitigated Negative Declaration for the entire Balboa Village Improvement Project was completed in 2001. Prepared by: Submitted by: Emmet Berkft, P.E. Steph6n G. Badum Project Manager P61Ac Works Director Attachment: Professional Services Agreement PROFESSIONAL SERVICES AGREEMENT WITH PSOMAS FOR ENGINEERING DESIGN WORK FOR PHASE 3 OF THE BALBOA VILLAGE IMPROVEMENT PLAN THIS AGREEMENT is made and entered into as of this _ day of August, 2005, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and PSOMAS, a California corporation, whose local address is 3187 Red Hill Avenue, Suite 250, Costa Mesa, CA 92626, ( "Consultant "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. PSOMAS is a Los Angeles -based engineering consulting firm that offers services in planning, land development, and transportation engineering. C. In 2000, the City initiated an improvement program for Balboa Village that was designed to promote pedestrian use and improve traffic circulation in the area (hereinafter referred to as the "Balboa Village Improvement Plan" or "Plan "). D. In May 2000, City hired PSOMAS to prepare the design and construction documents for the first three phases of the Balboa Village Improvement Plan. The original contract with PSOMAS was for $493,131, and six amendments were executed, the last of which expired on December 31, 2003. As of June 2003, construction of Phases 1 and 2 of the Balboa Village Improvement Plan was complete. City now desires to begin construction of Phase 3 of the Plan. E. To this end, City desires that PSOMAS revise some of its design drawings for Phase 3 and prepare additional drawings, if necessary, to incorporate concept changes and cost reduction measures for the Plan. The work will include design revisions to the following improvement drawings: (1) Bay Avenue (Main Street to Palm Street), (2) Palm Street (Balboa Boulevard to Edgewater), (3) Washington Street (Balboa Boulevard to Edgewater), (4) Balboa Boulevard (Main Street to A Street), and (5) the storm drain system on Bay Avenue. F. City desires to engage Consultant to provide these services, which are more fully described on Exhabit A ( "Project'). G. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. H. The principal member of Consultant for purposes of Project, shall be Tom Herbell, P.E., Vice President. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to 0 0 retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31" day of December, 2006, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Consultant shall perform the services in accordance with the schedule included in Exhibit A. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Fee Schedule attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Seventy -Five Thousand Dollars and no /100 ($75,000) without additional 4 authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. Approved reproduction charges. B. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Fee Schedule as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Tom Herbell to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 6. ADMINISTRATION 0 This Agreement will be administered by the Public Works Department. Bill Patapoff shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's 0 • • work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, .liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents; employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or G 9 interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Sionature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's R employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 7 • iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint - venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 16. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further 93 0 9 compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. All improvement and /or construction plans shall be prepared with indelible waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with a minimum thickness of three mils. Consultant shall provide to City `As- Built' drawings, and a copy of digital ACAD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of 0 0 0 City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 10 9 0 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Bill Patapoff, City Engineer Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949- 644 -3311 Fax: 949 - 644 -3318 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Attention: Mr. Tom Herbell, P.E., Vice President PSOMAS 3187 Red Hill Avenue, Suite 250 Costa Mesa, CA 92626 Phone: 714 - 751 -7373 Fax: 714- 545 -8883 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be is deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 12 0 33. AMENDMENTS 0 This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. [SIGNATURES ON FOLLOWING PAGE] 13 APPROVED AS TO FORM: Aaron C. Harp Assistant City Attorney ATTEST: By: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation By: Mayor for the City of Newport Beach CONSULTANT: PSOMAS, INC. (Corporate Officer) Title: Print Name: 92 (Financial Officer) Title: Print Name: Attachments: Exhibit A — Scope of Services Exhibit B — Fee Schedule [F:Users\PBWlAgreements\FY 05 -06TSOMAS- Balboa Village III] 14 P S O M A S EXHIBIT A BALBOA VILLAGE PHASE 3 PLAN REVISIONS SCOPE OF WORK SCOPE OF WORK AND ASSUMPTIONS The scope of work is based upon the Status Report (no date) provided to Psomas and after subsequent conversations with Emmet Berkery the City's project manager. From review of the Status Report the work generally involves curb, gutter, sidewalk and asphalt overlay for the following streets: • Palm Street from Balboa Boulevard to Edgewater • Washington Street from Balboa Boulevard to Edgewater • Bay Avenue from Pahn Street to Main Street • Balboa Boulevard sidewalk between Main Street and A Street The work is anticipated to involve the revisions to the road sheets as follows: • Palm: 2,3,10,22,30 • Washington: 12,23 • Bay: 7,21 • Balboa Boulevard: 5,6 Psomas will be providing revisions to the street plans and details only. The City will provide all other plan revisions and coordination that may be necessary such as striping, odor control and landscape plans. For purposes of this contract, drawing preparation shall be construed to mean modification to previously prepared drawings to incorporate pertinent design revisions as well as new drawings as needed to add existing details. 1. Review previously prepared construction drawings. Conduct site visits. 2. Attend (10) ten hours of meetings at City Hall. 3. Bi- weekly progress meetings will be held at Psomas offices with City's project manager. 4. Prepare plan and profiles for four catch basins and laterals at Bay Avenue and Washington Street. For purposes of this contract plan preparation shall construed to mean modification to previously prepared drawings to incorporate pertinent design revisions. 5. Prepare and plan and profile for a catch basin and lateral at northeast quadrant at Palm Street and Bay Avenue to tie into existing catch basin at Pahn Street and Edgewater. P S O M A S 6. Prepare improvement drawing for Bay Avenue including two new catch basins and laterals, new curb, gutter and sidewalk (to match existing grades), AC overlay, and ADA ramps. 7. Prepare improvement drawing for Palm Street (Balboa Boulevard to Bay Avenue) including new curb, gutter and sidewalk (to match existing grades), alley approach, driveway approach, AC overlay, and ADA ramps. 8. Prepare improvement drawing for Palm Street (Bay Avenue to Edgewater) including new sidewalk (to match existing grades) and revising bulb -out at northeast comer. 9. Prepare improvement drawing for Washington Street (Balboa Boulevard to Bay Avenue) including new curb, gutter and sidewalk (to match existing grades at back of sidewalk), new crowned pavement section (type to be determined by City) and a ADA ramp (southwest quadrant). Eliminate tree wells as directed. 10. Review improvement drawing for Washington Street (Bay Avenue to Edgewater) and as needed, adjust grades at Bay Avenue intersection, modify bulb -out, change pavement material as directed, and eliminate tree wells as directed. 11. Prepare improvement drawing for Balboa Boulevard (Main Street to A Street) including new decorative sidewalk within the existing parkway (to match existing grades at back of sidewalk) and modification of tree well locations. 12. Revise design for Washington Street Restroom parking lot based upon site plan to be provided by City. 13. Revise the demolition and horizontal control drawings as needed to be consistent with the improvement drawings. 14. Revise the title sheet, construction note sheets, and detail sheets to be specific to Phase 3 construction. Renumber construction notes for consistency. Renumber Phase 3 sheets. 15. Plot location of utility conduits per underground district drawings to be provided by City. 16. Review contract special provision prepared by City. 17. Prepare quantity and cost estimate with backup calculations. 18. Provide construction review services (RFI's, etc) — estimated at 40 hours. 19. Prepare record drawings incorporating field changes. Assumnfions ➢ Utility Coordination will be performed by the City ➢ No specifications or bid schedule will be prepared. ➢ No additional field survey is necessary. Traffic Control Plans are not included ry Q 04 pa m t7 FBI �7 C'a 0 Balboa VYlage knpmvemenl Plans - MUG 3 July 29, nos 10 O Task Nama Oemtlell Slad Finish / .l Se Iamb Oclob r Novemb Oecembe Januery Fabrux M_arA dl ay__ Oct Nov sec Feb Mel Me � COUntlI AweM odays Toe&9ro5' Tue &8105 +&9 2 3 4 E Contract executed 0daya. Toe at 8105 Toe &18105 . &18 5 3 'Commence Design O days' Tue 0123M Toe 0/19105 . W23 8 C5 %aubmlltal 30 days Tue &23105 T Cdy review Sda}e Toe 1014105 on lomll5 Mon 1afa05 8 ® - '.9gn �AdveMlse 100% submOMl cily firm ra4ew timwygs 20 days 3 days owys 18 days: T. tOM035' Tue 1111035: Thu 1113105' FM 1114105; Wo 10131/05 Tba 1119105 Thu 1113105 Tw 11129/05 1113 9 10 11 12 &d OpanlrcJ '0 days; Toe 1129035'' Toe 1129105 ♦ 11tH 13 Po*d A"M 0days Tue 12/13035 Toe 12/13105 ♦12113 14 Commence Consiluclion Ndays. Mon 1MM: FM 511a05 Tech Mtlesiore . Fxtelnal Taslw - -- � Ruled Phase31..1112805 Moo: TUe &2105 Sp 18 _ Summary ^ Fxlernal Mlleslme !i•' Progress r Protect Summary Deadline Page 1 ry Q 04 pa m t7 FBI �7 C'a 0 Y' P S O M A S EXHIBIT B_ P S O M A S Public Works Fee Schedule Effective June 1, 2005 — June 30, 2006 CLASSIFICATION Principal -in- Charge Project Manager Project Engineer Staff Engineer CAD Designer Administrative Assistant/Analyst Expert Witness Testimony — two times normal rate RATE Hourly rates include direct labor, overhead, fringe benefits and fee. REIMBURSABLE EXPENSES $160 -$180 S145-$160 $125 -$150 $100-$130 $ 85 -$115 $ 60 -$ 85 Mileage for field travel is charged at.375/mile and parking expenses incurred by office employees are charged at cost. Prints, messenger service, subsistence and other direct expenses will be charged at cost plus ten percent. The services of outside consultants or contractors will be charged at cost plus fifteen percent. SPECIAL EQUIPMENT Standard computer and technology costs are incorporated into the hourly rates shown above. Survey and other specialty equipment will be charged at a per unit per day rate. >yyy9 lJ ~ y�y11 W lei 3 D PROISE FANS( 9 R %- 3 5,920 5 - 5 5.920 STREET REVI5E5'TREE 26 5+ 2 ISO 216ITC S40 f 23.910 5 fr 25.920 P4EpARF.1TOM1 DRAfY PIAVS DRAIN 20' 40 RO . WO " S 1).200 S 5 11.?00 QU&N71TIFS I LOST 0 IPMTE n 16 40"4n 5 52110 S 5 S]AO QA /QC 32 l2 -' 3 5I20 5 5 5.120 SL'BMOTALSTO CITY 6 I2 IR •: f 2.520 1 5 2.220 SUBTOTAL 28 106 236 '.4 Z 55.960 S 1 55.940 14EEIINGSI0OOROINATION •'- HIWISMLYCOORUR +ATION Al ItibMAS 40 S 4x00 S S A- CIA60T MEETINGS AT CITY ID t R,I I I,fi90 5 5 1,61p SUBTOTAL 40 ­750'_ -S S."D0 5 3 SoW CONSTRUCTION SUPPORT SERVICES CONSTRUCTION SUmRT(REVRW RFIS LT &) 10 20 C.In,�'; 3 6900 5 5 4,900 M- PAREAS- SCILTSRECORDDRAWINGS i 10 :J S 5.290 S 5 1.190 SUBTOTAL 30 34 1 2.190 $ - $ 3,990 PROJEOTTOTALS 112 fl6 R6 -.'546' T 70;100 3 $ 10.160 REIMBURSABLES S 4330 iOTALFEE S 75.000 >yyy9 lJ ~ y�y11 W lei 3 D