HomeMy WebLinkAboutC-8170-2 - On-Call PSA for Civil Engineering Services, Amendment No. 1AMENDMENT NO. ONE TO
ON -CALL PROFESSIONAL SERVICES AGREEMENT
WITH PSOMAS FOR
CIVIL ENGINEERING SERVICES
THIS AMENDMENT NO. ONE TO ON -CALL PROFESSIONAL SERVICES
AGREEMENT ("Amendment No. One") is made and entered into as of this 26th day of
June, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and PSOMAS, a California
corporation ("Consultant"), whose address is 865 S Figueroa Street Suite 3200, Los
Angeles, CA 90017, and is made with reference to the following:
RECITALS
A. On July 26, 2022, City and Consultant entered into a Professional Services
Agreement (Contract No. C-8170-2) ("Agreement") to provide civil engineering and
related services on an on-call/as-needed basis. ("Project").
B. The parties desire to enter into this Amendment No. One to extend the term of the
Agreement to July 25, 2027, to increase the total compensation, update the project
manager section, update the notices sections, and update the insurance
requirements.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. TERM
Section 1 of the Agreement is amended in its entirety and replaced with the
following: "The term of this Agreement shall commence on the Effective Date, and shall
terminate on July 25, 2027, unless terminated earlier as set forth herein."
2. COMPENSATION TO CONSULTANT
Exhibit B to the Agreement shall be supplemented to include the Schedule of
Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. Exhibit
B to the Agreement, Exhibit B to this Amendment No. One shall collectively be known as
"Exhibit B." The rates set forth in Exhibit B to this Amendment No. One shall be effective
upon the Effective Date of this Amendment No. One.
Section 4.1 of the Agreement is amended in its entirety and replaced with the
following: "City shall pay Consultant for the Services on a time and expense not -to -exceed
basis in accordance with the provisions of this Section and the Schedule of Billing Rates
attached hereto as Exhibit B and incorporated herein by reference. Consultant's
compensation for all Work performed in accordance with this Agreement, including all
reimbursable items and subconsultant fees, shall not exceed Three Hundred Seventy
Five Thousand Dollars and 00/100 ($375,000.00), without prior written authorization
from City. No billing rate changes shall be made during the term of this Agreement without
the prior written approval of City."
PSOMAS Page 1
The total amended compensation reflects Consultant's additional compensation
for additional Services to be performed in accordance with this Amendment No. One,
including all reimbursable items and subconsultant fees, in an amount not to exceed
Seventy Five Thousand Dollars and 00/100 ($75,000.00).
Effective as of the Effective Date of this Amendment No. One, Section 4.2 of the
Agreement is amended in its entirety and replaced with the following: "RESERVED."
3. PROJECT MANAGER
Section 5.1 of the Agreement is amended in its entirety and replaced with the
following: "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 Maira Salcedo 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."
4. NOTICES
Section 26.3 of the Agreement is amended in its entirety and replaced with the
following:
"26.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Maira Salcedo
PSOMAS
865 S Figueroa Street Suite 3200
Los Angeles, CA 90017"
5. INSURANCE REQUIREMENTS
Exhibit C to the Agreement shall be deleted in its entirety and replaced with Exhibit
C, attached hereto and incorporated herein by reference. Any reference to Exhibit C in
the Agreement shall hereafter refer to Exhibit C attached hereto.
6. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the Agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
PSOMAS Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTOR EY'S OFFICE
Date: /Iq S—
an
�V- U't a,
Aar n C. Harp
City Attorney -.fia,,ulft�
ATTEST:
Date:
By:
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Bydva
K Leung
anager
CONSULTANT: PSOMAS, a California
corporation
Date:
Signed in Counterpart
Bv:
Maira Salcedo
Vice President
[END OF SIGNATURES]
Attachments: Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
PSOMAS Page 3
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: —
By: �Ij 0/—( ` '
ar n C. Harp
ity, Attorney
ATTEST:
Date:
in
Molly Perry
City Clerk
Attachments
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Grace K Leung
City Manager
CONSULTANT: PSOMAS, a California
corporation
DateKIN �`j
'/K g d k
By: Alruu
Mairc Salcedo
Vice President
[END OF SIGNATURES]
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
PSOMAS Page 3
EXHIBIT B
SCHEDULE OF BILLING RATES
PSOMAS Page B-1
2026 PSOMAS HOURLY FEE SCHEDULE
For Services Through December 2026
CLASSIFICATION
iviana ement
Supervising Project Manager I
Senior Project Manager II
Senior Project Manager I
Project Manager
Senior Resident Engineer
Resident Engineer III
Resident Engineer 11
Resident Engineer I
Senior Construction Manager III
Senior Construction Manager 11
Senior Construction Manager I
Construction Manager II
Construction Manager I
Community Outreach Manager
Scheduler
Senior Inspector
Inspector III
Inspector 11
Inspectorl
Senior Office Engineer
Office Engineer III
Office Engineer 11
Office Engineer I
Administrative Support
Engineering
Assistant Project Manager
CAD Designer III
CAD Designer II
CAD Designer I
Civil Engineering Designer III
Civil Engineering Designer II
Civil Engineering Designer I
Principal -in -Charge and
QA/QC Manager
Project Administrator
Project Designer II
Project Designer I
Professional Engineer
Project Engineer II
Project Engineer I
Project Manager II
Project Manager I
Project Technical Manager
Senior CAD Designer
Senior Project Engineer
Senior Project Manager
HOURLY RATE
$370
$335
$305
$280
$275
$245
$220
$200
$265
$245
$235
$215
$195
$225
$185
$240
$230
$220
$210
$205
$175
$140
$105
$120
$200
$145
$135
$130
$165
$145
$140
$305
$120
$195
$170
$175
$190
$180
$240
$220
$230
$165
$210
$275
CLASSIFICATION
iir� iLa1
Assistant Project Manager
Air Quality, Climate Change, and
Noise Specialist
Archaeologist/Paleontologist
Biologist
Certified Arborist
Cultural Resources Manager
Environmental Analyst
Environmental Planner III
Environmental Planner II
Environmental Planner I
Field Technician
GIS Analyst
GIS Specialist
Principal -in -Charge and
QC/QC Manager
Project Assistant /Administration
Project Manager III
Project Manager II
Project Manager I
Regulatory Permitting Manager
Regulatory Permitting Specialist
Senior Air Quality, Climate Change
and Noise Specialist
Senior Archaeologist/
Paleontologist
Senior Biologist/Senior Ecologist
Senior Environmental Planner
Senior Field Technician
Senior GIS Analyst
Senior Project Manager,
Biological Resources
Senior Project Manager,
Environmental
Senior Restoration Ecologist
Senior Word Processor
Support Services Manager
Technical Writer/Editor
Word Processor
HOURLY RATE
$150
$205
$105
$150
$190
$215
$120
$145
$140
$135
$135
$130
$125
$295
$140
$205
$190
$170
$235
$185
$235
$215
$195
$210
$175
$140
$240
$270
$210
$150
$150
$105
$135
CLASSIFICATION
HOURLY RATE
CLASSIFICATION
HOURLY RATE
Survey
Survey (Continued)
Contract Manager
$250
Photo Compiler
$170
Construction Survey Manager
$240
Project Assistant/Administration
$145
Field Supervisor
$220
Project Manager
$250
Field Surveyor, 3-man crew
$510
Project Surveyor III
$210
Field Surveyor, 2-man crew
$405
Project Surveyor II
$200
Field Surveyor, 1-man crew
$265
Project Surveyor 1
$190
Office Surveyor IV
$200
Senior Project Surveyor
$220
Office Surveyor III
$170
Staff Surveyor II
$135
Office Surveyor II
$160
Staff Surveyor 1
$125
Office Surveyor 1
$145
► Standard computer and technology costs are incorporated into these hourly rates, as well
as direct labor, overhead, fringe benefits and fees.
► Rates include miscellaneous related costs: vehicle, cell phone, digital camera, and standard
tools and equipment.
The following items require prior written authorization from the City:
► All other direct expenses will be billed at cost.
► The above schedule is for straight time. Overtime for Construction
Management/Inspection and Surveying services will be charged at 135 percent of the
regular hourly rate. Sundays and holidays will be charged at 170 percent of the regular
hourly rate.
► Minimum of four (4) hours will be charged per field crew deployment. Prevailing wage will be
paid on all projects where field staff are providing services.
► A shift which commences after 2:00pm or before 4:00am, during any 24-hour period,
commencing at 12:01am is subject to a 12.5 percent differential.
► Survey and other specialty equipment will be charged at a per unit per day rate.
► Expert witness testimony is two times the normal rate.
► Per Diem is calculated at current State Department of Transportation rates (or other
appropriate agency rates).
,REIMBURSABLES
Mileage at $0.575 per mile (or current IRS allowable rate) and parking expenses incurred by
office employees are charged at cost. Prints, plots, messenger service, subsistence, air
travel, and other direct expenses will be charged at cost plus five percent. The services of
outside consultants will be charged at cost plus five percent.
SURVEYING SERVICES
One -Person Survey Party .......................................... $265
Two -Person Survey Party .......................................... $405
Three -Person Survey Party ....................................... $510
Field Supervisor......................................................... $220
Hourly Rates for field services increase on October 1 of every year and are subject to
prevailing wages per California Department of Industrial Relations Determination LA-2020-
1, and include normal usage of electronic distance measuring equipment and survey
vehicle expenses.
Per Diem is calculated at current State Department of Transportation rates (or other
appropriate agency rate).
Note: No travel expenses or mileage shall apply for travel within Orange County, or for
Consultant's personnel and agents' travel to and from that person's primary worksite.
SPECIAL EQUIPMENT AND OTHER COSTS
$250.00 per day-3D Laser Scanner (Static)
$5,000.00 per day— 31D Laser Scanner (Mobile Mapping System)
Standard computer and technology costs are incorporated into the hourly rates shown
above.
2027 PSOMAS HOURLY FEE SCHEDULE
For Services Through December 2027
CLASSIFICATION
1 m �ciio; i i,%lanagement
Supervising Project Manager I
Senior Project Manager II
Senior Project Manager I
Project Manager
Senior Resident Engineer
Resident Engineer III
Resident Engineer II
Resident Engineer I
Senior Construction Manager III
Senior Construction Manager II
Senior Construction Manager I
Construction Manager II
Construction Manager I
Community Outreach Manager
Scheduler
Senior Inspector
Inspector III
Inspectorll
Inspectorl
Senior Office Engineer
Office Engineer III
Office Engineer II
Office Engineer I
Administrative Support
Engineering
Assistant Project Manager
CAD Designer III
CAD Designer II
CAD Designer I
Civil Engineering Designer III
Civil Engineering Designer II
Civil Engineering Designer I
Principal -in -Charge and
QA/QC Manager
Project Administrator
Project Designer II
Project Designer I
Professional Engineer
Project Engineer II
Project Engineer I
Project Manager II
Project Manager I
Project Technical Manager
Senior CAD Designer
Senior Project Engineer
Senior Project Manager
HOURLY RATE
$390
$350
$320
$295
$290
$255
$230
$210
$280
$255
$245
$225
$205
$235
$195
$250
$240
$230
$220
$215
$185
$145
$110
$125
$210
$150
$140
$135
$175
$150
$145
$320
$125
$205
$180
$185
$200
$190
$250
$230
$240
$175
$220
$290
CLASSIFICATION
Assistant Project Manager
Air Quality, Climate Change, and
Noise Specialist
Archaeologist/Paleontologist
Biologist
Certified Arborist
Cultural Resources Manager
Environmental Analyst
Environmental Planner III
Environmental Planner II
Environmental Planner
Field Technician
GIS Analyst
GIS Specialist
Principal -in -Charge and
QC/QC Manager
Project Assistant /Administration
Project Manager III
Project Manager II
Project Manager
Regulatory Permitting Manager
Regulatory Permitting Specialist
Senior Air Quality, Climate Change
and Noise Specialist
Senior Archaeologist/
Paleontologist
Senior Biologist/Senior Ecologist
Senior Environmental Planner
Senior Field Technician
Senior GIS Analyst
Senior Project Manager,
Biological Resources
Senior Project Manager,
Environmental
Senior Restoration Ecologist
Senior Word Processor
Support Services Manager
Technical Writer/Editor
Word Processor
HOURLY RATE
$160
$215
$110
$160
$200
$225
$125
$150
$145
$140
$140
$135
$130
$310
$145
$215
$200
$180
$245
$195
$245
$225
$205
$220
$185
$145
$250
$285
$220
$160
$160
$110
$140
CLASSIFICATION
HOURLY RATE
CLASSIFICATION HOURLY RATE
Survey
Survey (Continued)
Contract Manager
$265
Photo Compiler
$180
Construction Survey Manager
$250
Project Assistant/Administration
$150
Field Supervisor
$230
Project Manager
$265
Field Surveyor, 3-man crew
$535
Project Surveyor III
$220
Field Surveyor, 2-man crew
$425
Project Surveyor II
$210
Field Surveyor, 1-man crew
$280
Project Surveyor 1
$200
Office Surveyor IV
$210
Senior Project Surveyor
$230
Office Surveyor III
$180
Staff Surveyor II
$140
Office Surveyor II
$170
Staff Surveyor 1
$130
Office Surveyor 1
$150
► Standard computer and technology costs are incorporated into these hourly rates, as well
as direct labor, overhead, fringe benefits and fees.
► Rates include miscellaneous related costs: vehicle, cell phone, digital camera, and standard
tools and equipment.
The following items require prior written authorization from the City:
► All other direct expenses will be billed at cost.
► The above schedule is for straight time. Overtime for Construction
Management/Inspection and Surveying services will be charged at 135 percent of the
regular hourly rate. Sundays and holidays will be charged at 170 percent of the regular
hourly rate.
► Minimum of four (4) hours will be charged per field crew deployment. Prevailing wage will be
paid on all projects where field staff are providing services.
► A shift which commences after 2:00pm or before 4:00am, during any 24-hour period,
commencing at 12:01am is subject to a 12.5 percent differential.
► Survey and other specialty equipment will be charged at a per unit per day rate.
► Expert witness testimony is two times the normal rate.
► Per Diem is calculated at current State Department of Transportation rates (or other
appropriate agency rates).
REIMBURSABLES
Mileage at $0.575 per mile (or current IRS allowable rate) and parking expenses incurred by
office employees are charged at cost. Prints, plots, messenger service, subsistence, air
travel, and other direct expenses will be charged at cost plus five percent. The services of
outside consultants will be charged at cost plus five percent.
SURVEYING SERVICES
One -Person Survey Party .......................................... $280
Two -Person Survey Party .......................................... $425
Three -Person Survey Party ....................................... $535
Field Supervisor......................................................... $230
Hourly Rates for field services increase on October 1 of every year and are subject to
prevailing wages per California Department of Industrial Relations Determination LA-2020-
1, and include normal usage of electronic distance measuring equipment and survey
vehicle expenses.
Per Diem is calculated at current State Department of Transportation rates (or other
appropriate agency rate).
Note: No travel expenses or mileage shall apply for travel within Orange County, or for
Consultant's personnel and agents' travel to and from that person's primary worksite.
SPECIAL EQUIPMENT AND OTHER COSTS
$250.00 per day— 3D Laser Scanner (Static)
$5,000.00 per day-3D Laser Scanner (Mobile Mapping System)
Standard computer and technology costs are incorporated into the hourly rates shown
above.
EXHIBIT C
INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
1. Provision of Insurance. Without limiting Consultant's indemnification of City, and
prior to commencement of Work, Consultant shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Consultant
agrees to provide insurance in accordance with requirements set forth here. If
Consultant uses existing coverage to comply and that coverage does not meet
these requirements, Consultant agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Consultant shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury by
disease in accordance with the laws of the State of California, Section 3700
of the Labor Code.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council, boards
and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Consultant shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than two million dollars ($2,000,000) per
occurrence, four million dollars ($4,000,000) general aggregate. The policy
shall cover liability arising from premises, operations, personal and
advertising injury, and liability assumed under an insured contract (including
the tort liability of another assumed in a business contract).
C. Automobile Liability Insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Consultant
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit each accident.
PSOMAS Page C-1
D. Professional Liability (Errors & Omissions) Insurance. Consultant shall
maintain professional liability insurance that covers the Services to be
performed in connection with this Agreement, in the minimum amount of
two million dollars ($2,000,000) per claim and four million dollars
($4,000,000) in the aggregate. Any policy inception date, continuity date,
or retroactive date must be before the Effective Date of this Agreement and
Consultant agrees to maintain continuous coverage through a period no
less than three years after completion of the Services required by this
Agreement.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents, volunteers
and employees or shall specifically allow Consultant or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Consultant hereby waives its own right of
recovery against City, and shall require similar written express waivers from
each of its subconsultants.
B. Additional Insured Status. All liability policies including general liability,
excess liability, pollution liability, and automobile liability, if required, but not
including professional liability, shall provide or be endorsed to provide that
City, its City Council, boards and commissions, officers, agents, volunteers
and employees shall be included as insureds under such policies.
C. Primary and Non Contributory. All liability coverage shall apply on a primary
basis and shall not require contribution from any insurance or self-insurance
maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar
days' notice of cancellation (except for nonpayment for which ten (10)
calendar days' notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Consultant shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. Insurance certificates
and endorsement must be approved by City's Risk Manager prior to
commencement of performance. Current certification of insurance shall be
kept on file with City at all times during the term of this Agreement. The
certificates and endorsements for each insurance policy shall be signed by
a person authorized by that insurer to bind coverage on its behalf. At least
PSOMAS Page C-2
fifteen (15) days prior to the expiration of any such policy, evidence of
insurance showing that such insurance coverage has been renewed or
extended shall be filed with the City. If such coverage is cancelled or
reduced, Consultant shall, within ten (10) days after receipt of written notice
of such cancellation or reduction of coverage, file with the City evidence of
insurance showing that the required insurance has been reinstated or has
been provided through another insurance company or companies. City
reserves the right to require complete, certified copies of all required
insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Consultant sixty (60) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Consultant, City and Consultant may renegotiate
Consultant's compensation.
C. Right to Review Subcontracts. Consultant agrees that upon request, all
agreements with subcontractors or others with whom Consultant enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Consultant shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Consultant shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage, subcontractors
shall provide coverage with a format at least as broad as CG 20 38 04 13.
D. Enforcement of Agreement Provisions. Consultant acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Consultant of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on coverage,
limits or other requirements, or a waiver of any coverage normally provided
by any insurance. Specific reference to a given coverage feature is for
purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Consultant maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Consultant. Any
available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
F. Self -insured Retentions. Any self -insured retentions must be declared to
and approved by City. City reserves the right to require that self -insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
PSOMAS Page C-3
G. City Remedies for Non -Compliance. If Consultant or any subconsultant fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Agreement, or to suspend Consultant's right to proceed until proper
evidence of insurance is provided. Any amounts paid by City shall, at City's
sole option, be deducted from amounts payable to Consultant or reimbursed
by Consultant upon demand.
H. Timely Notice of Claims. Consultant shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Consultant's
performance under this Agreement, and that involve or may involve
coverage under any of the required liability policies. City assumes no
obligation or liability by such notice, but has the right (but not the duty) to
monitor the handling of any such claim or claims if they are likely to involve
City.
Consultant's Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
Work.
PSOMAS Page C-4
K
k
\ \
\
�
)
c
/
\
m
�
k
/
-
ƒ
.
^
\
/
2
)
2
2
2
f
k
/
\
\
$
k
k
/ /
.
k
LL
/cm
\_
. �
k
k
m
a
m
/ u
. \
_
/
/
\
k
\ \
t § 7 \ (
§
\ . _ \ k \
\ �
/ I \ \ m /
0 ) / k
ON -CALL PROFESSIONAL SERVICES AGREEMENT
WITH PSOMAS FOR
CIVIL ENGINEERING SERVICES
THIS ON -CALL PROFESSIONAL SERVICES AGREEMENT ("Agreement") is
made and entered into as of this 26th day of July, 2022 ("Effective Date"), by and
between the CITY OF NEWPORT BEACH, a California municipal corporation and
charter city ("City"), and PSOMAS, a California corporation ("Consultant"), whose
address is 555 South Flower Street, Suite 4300, Los Angeles, California 90071, and is
made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Consultant to provide civil engineering and related
services on an on-call/as-needed basis ("Project').
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the professional services described in this Agreement.
D. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on July 25, 2025, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
2.1 Consultant shall perform the on -call services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). Upon written request from the Project Administrator as defined herein,
Consultant shall provide a letter proposal for Services requested by the City (hereinafter
referred to as the "Letter Proposal"). The Letter Proposal shall include the following:
2.1.1 A detailed description of the Services to be provided,
2.1.2 The position of each person to be assigned to perform the
Services, and the name of the individuals to be assigned, if available;
and
2.1.3 The estimated number of hours and cost to complete the Services;
2.1.4 The time needed to finish the specific project.
2.2 No Services shall be provided until the Project Administrator has provided
written acceptance of the Letter Proposal. Once authorized to proceed, Consultant
shall diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this
Agreement and Consultant shall perform the Services in accordance with the schedule
included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the
Services shall be performed to completion in a diligent and timely manner. The failure
by Consultant to strictly adhere to the schedule set forth in Exhibit A and the Letter
Proposal, if any, or perform the Services in a diligent and timely manner may result in
termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Consultant shall not be responsible for
delays due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein not later than ten (10) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Consultant's control.
3.4 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
hand -delivery or mail.
4. COMPENSATION TO CONSULTANT
4.1 City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Letter Proposal
and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein
by reference. Consultant's compensation for all Work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not exceed
Three Hundred Thousand Dollars and 00/100 ($300,000.00), without prior written
authorization from City. No billing rate changes shall be made during the term of this
Agreement without the prior written approval of City.
PSOMAS Page 2
4.2 Upon the first anniversary of the Effective Date and upon each
anniversary of the Effective Date thereafter, the billing rates set forth in Exhibit B
("Billing Rates") may be adjusted by an increase not to exceed 2.0% to the Billing
Rates. Consultant shall notify City in writing of any requests for adjustment pursuant to
this Section at least thirty (30) days prior to the Effective Date of such adjustment, and
provide updated billing rates. Adjusted billing rates shall be approved in writing by City
prior to use. The maximum adjustment increase to the Billing Rates, for any year where
an adjustment is made pursuant to this Section, shall not exceed 2.0% of the Billing
Rates in effect immediately preceding such adjustment.
4.3 Consultant shall submit monthly invoices to City describing the Work
performed the preceding month. Consultant's bills shall include the name of the person
who performed the Work, a brief description of the Services performed and/or the
specific task in the Scope of Services to which it relates, the date the Services were
performed, the number of hours spent on all Work billed on an hourly basis, and a
description of any reimbursable expenditures. City shall pay Consultant no later than
thirty (30) calendar days after approval of the monthly invoice by City staff.
4.4 City shall reimburse Consultant only for those costs or expenses
specifically identified in Exhibit B to this Agreement and the Letter Proposal or
specifically approved in writing in advance by City.
4.5 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the
Project, but which is not included within the Scope of Services and which the parties did
not reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B and the Letter Proposal.
5. PROJECT MANAGER
5.1 Consultant shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated Joseph L. Boyle, PE to
be its Project Manager. Consultant shall not remove or reassign the Project Manager or
any personnel listed in Exhibit A or assign any new or replacement personnel to the
Project without the prior written consent of City. City's approval shall not be
unreasonably withheld with respect to the removal or assignment of non -key personnel.
5.2 Consultant, at the sole discretion of City, shall remove from the Project
any of its personnel assigned to the performance of Services upon written request of
City. Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
PSOMAS Page 3
5.3 If Consultant is performing inspection services for City, the Project
Manager and any other assigned staff shall be equipped with a cellular phone to
communicate with City staff. The Project Manager's cellular phone number shall be
provided to City.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. City's
Public Works Director or designee shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator shall represent
City in all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Consultant in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such materials in a
timely manner so as not to cause delays in Consultant's Work schedule.
8. STANDARD OF CARE
8.1 All of the Services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the Services required by this Agreement, and that it will
perform all Services in a manner commensurate with community professional standards
and with the ordinary degree of skill and care that would be used by other reasonably
competent practitioners of the same discipline under similar circumstances. All
Services shall be performed by qualified and experienced personnel who are not
employed by City. By delivery of completed Work, Consultant certifies that the Work
conforms to the requirements of this Agreement, all applicable federal, state and local
laws, and legally recognized professional standards.
8.2 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Consultant to practice its profession. Consultant shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's Work promptly, or delay or faulty performance by
City, contractors, or governmental agencies.
PSOMAS Page 4
9. HOLD HARMLESS
9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees any person or entity owning or otherwise in legal control of
the property upon which Consultant performs the Project and/or Services contemplated
by this Agreement (collectively, the "Indemnified Parties"), from and against any and all
claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), and which may arise from or in any manner
relate (directly or indirectly) to any breach of the terms and conditions of this
Agreement, or the negligent or reckless acts, errors and/or omissions, or the willful
misconduct, of Consultant in performance of the Services provided under this
Agreement including, without limitation, defects in workmanship or materials or
Consultant's presence or activities conducted on the Project (including the negligent,
reckless, and/or willful acts, errors and/or omissions of Consultant's principals, officers,
agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone
employed directly or indirectly by any of them or for whose acts they may be liable, or
any or all of them.
9.2 Notwithstanding the foregoing, nothing herein shall be construed to
require Consultant to indemnify the Indemnified Parties from any Claim to the extent
arising from the negligence, reckless or willful misconduct of the Indemnified Parties.
Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees
in any action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are applicable. The
policy limits do not act as a limitation upon the amount of indemnification to be provided
by the Consultant.
9.3 Notwithstanding the foregoing, to the extent this Agreement includes
design professional services under Civil Code Section 2782.8, as may be amended
from time to time, such duties of Consultant to indemnify and defend shall only be to the
full extent permitted by Civil Code Section 2782.8.
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. No
civil service status or other right of employment shall accrue to Consultant or its
employees. Nothing in this Agreement shall be deemed to constitute approval for
Consultant or any of Consultant's employees or agents, to be the agents or employees
of City. Consultant shall have the responsibility for and control over the means of
performing the Work, provided that Consultant is in compliance with the terms of this
PSOMAS Page 5
Agreement. Anything in this Agreement that may appear to give City the right to direct
Consultant as to the details of the performance of the Work or to exercise a measure of
control over Consultant shall mean only that Consultant shall follow the desires of City
with respect to the results of the Services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in
order to ensure the Project proceeds in a manner consistent with City goals and
policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of Work, Consultant shall obtain, provide and maintain at its own expense during the
term of this Agreement or for other periods as specified in this Agreement, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall
be construed as an assignment: The sale, assignment, transfer or other disposition of
any of the issued and outstanding capital stock of Consultant, or of the interest of any
general partner or joint venturer or syndicate member or cotenant if Consultant is a
partnership or joint -venture or syndicate or co -tenancy, which shall result in changing
the control of Consultant. Control means fifty percent (50%) or more of the voting
power or twenty-five percent (25%) or more of the assets of the corporation, partnership
or joint -venture.
PSOMAS Page 6
16. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A and the Letter Proposal. Consultant shall be fully responsible to
City for all acts and omissions of any subcontractor. Nothing in this Agreement shall
create any contractual relationship between City and any subcontractor nor shall it
create any obligation on the part of City to pay or to see to the payment of any monies
due to any such subcontractor other than as otherwise required by law. City is an
intended beneficiary of any Work performed by the subcontractor for purposes of
establishing a duty of care between the subcontractor and City. Except as specifically
authorized herein, the Services to be provided under this Agreement shall not be
otherwise assigned, transferred, contracted or subcontracted out without the prior
written approval of City.
17. OWNERSHIP OF DOCUMENTS
17.1 Each and every report, draft, map, record, plan, document and other
writing produced, including but not limited to, websites, blogs, social media accounts
and applications (hereinafter "Documents"), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and City
shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Additionally, all material posted in
cyberspace by Consultant, its officers, employees, agents and subcontractors, in the
course of implementing this Agreement, shall become the exclusive property of City,
and City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents, including all logins and password information to City
upon prior written request.
17.2 Documents, including drawings and specifications, prepared by
Consultant pursuant to this Agreement are not intended or represented to be suitable
for reuse by City or others on any other project. Any use of completed Documents for
other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to Consultant's
deliverables under this Agreement by City or persons other than Consultant is waived
against Consultant, and City assumes full responsibility for such changes unless City
has given Consultant prior notice and has received from Consultant written consent for
such changes.
17.3 Computer Aided Design and Drafting ("CADD") data delivered to City shall
include the professional stamp of the engineer or architect in charge of or responsible
for the Work. City agrees that Consultant shall not be liable for claims, liabilities or
losses arising out of, or connected with (a) the modification or misuse by City, or anyone
authorized by City, of CADD data; or (b) any use by City, or anyone authorized by City,
of CADD data for additions to this Project, for the completion of this Project by others, or
PSOMAS Page 7
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 the City in .dwg
file format, and should comply with the City's digital submission requirements for
improvement plans available from the City's Public Works Department.
17.4 All improvement and/or construction plans shall be plotted on standard
twenty-four inch (24") by thirty-six inch (36") paper size. Consultant shall provide to City
digital `As -Built' drawings in both AutoCAD and Adobe PDF file format within thirty (30)
days after finalization of the Project.
18. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents the
Consultant's judgment as a design professional and is supplied for the general guidance
of City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the accuracy
of such opinions as compared to Consultant or contractor bids or actual cost to City.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept
confidential unless City expressly authorizes in writing the release of information.
20. INTELLECTUAL PROPERTY INDEMNITY
Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement or alleged
infringement of any United States' letters patent, trademark, or copyright, including
costs, contained in Consultant's Documents provided under this Agreement.
21. RECORDS
Consultant shall keep records and invoices in connection with the Services to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and make
transcripts or copies of such records and invoices during regular business hours.
Consultant shall allow inspection of all Work, data, Documents, proceedings and
activities related to the Agreement for a period of three (3) years from the date of final
payment to Consultant under this Agreement.
PSOMAS Page 8
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Consultant shall
not discontinue Work as a result of such withholding. Consultant shall have an
immediate right to appeal to the City Manager or designee with respect to such disputed
sums. Consultant shall be entitled to receive interest on any withheld sums at the rate
of return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what would
have resulted if there were not errors or omissions in the Work accomplished by
Consultant, the additional design, construction and/or restoration expense shall be
borne by Consultant. Nothing in this Section is intended to limit City's rights under the
law or any other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. CONFLICTS OF INTEREST
25.1 Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
25.2 If subject to the Act and/or Government Code §§ 1090 et seg., Consultant
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Agreement by City. Consultant shall
indemnify and hold harmless City for any and all claims for damages resulting from
Consultant's violation of this Section.
26. NOTICES
26.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
PSOMAS Page 9
26.2 All notices, demands, requests or approvals from Consultant to City shall
be addressed to City at:
Attn: Public Works Director
Public Works Department
City of Newport Beach
100 Civic Center Drive
PO Box 1768
Newport Beach, CA 92658
26.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Joseph L. Boyle, PE
PSOMAS
5 Hutton Centre Drive, Suite 300
Santa Ana, CA 92707
27. CLAIMS
27.1 Unless a shorter time is specified elsewhere in this Agreement, before
making its final request for payment under this Agreement, Consultant shall submit to
City, in writing, all claims for compensation under or arising out of this Agreement.
Consultant's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Agreement except those previously made in
writing and identified by Consultant in writing as unsettled at the time of its final request
for payment. Consultant and City expressly agree that in addition to any claims filing
requirements set forth in the Agreement, Consultant shall be required to file any claim
Consultant may have against City in strict conformance with the Government Claims Act
(Government Code sections 900 et seq.).
27.2 To the extent that Consultant's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to
follow the dispute resolution process set forth therein. Any part of such "Claim"
remaining in dispute after completion of the dispute resolution process provided for in
Public Contract Code section 9204 or any successor statute thereto shall be subject to
the Government Claims Act requirements requiring Consultant to file a claim in strict
conformance with the Government Claims Act. To the extent that
Contractor/Consultant's claim is not a "Claim" as defined in Public Contract Code
section 9204 or any successor statute thereto, Consultant shall be required to file such
claim with the City in strict conformance with the Government Claims Act (Government
Code sections 900 et seq.).
28. TERMINATION
28.1 In the event that either party fails or refuses to perform any of the
provisions of this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not cured
PSOMAS Page 10
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, and thereafter diligently take steps to cure the default, the non -defaulting
party may terminate the Agreement forthwith by giving to the defaulting party written
notice thereof.
28.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for Services
satisfactorily performed and costs incurred up to the effective date of termination for
which Consultant has not been previously paid. On the effective date of termination,
Consultant shall deliver to City all reports, Documents and other information developed
or accumulated in the performance of this Agreement, whether in draft or final form.
29. PREVAILING WAGES
29.1 If any of the Work contemplated under the Agreement is considered a
"public work", pursuant to the applicable provisions of the Labor Code of the State of
California, including but not limited to Section 1720 et seq., not less than the general
prevailing rate of per diem wages including legal holidays and overtime Work for each
craft or type of workman shall be paid to all workmen employed on such. In accordance
with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in
which the Work is to be performed for each craft, classification, or type of workman or
mechanic needed to execute the Agreement. A copy of said determination is available
by calling the prevailing wage hotline number (415) 703-4774, and requesting one from
the Department of Industrial Relations. The Consultant is required to obtain the wage
determinations from the Department of Industrial Relations and post at the job site the
prevailing rate or per diem wages. It shall be the obligation of the Consultant or any
subcontractor under him/her to comply with all State of California labor laws, rules and
regulations and the parties agree that the City shall not be liable for any violation
thereof.
29.2 In such event, unless otherwise exempt by law, Consultant warrants that
no contractor or subcontractor was listed on the bid proposal for the Services that it is
not currently registered and qualified to perform public work. Consultant further warrants
that it is currently registered and qualified to perform "public work" pursuant to California
Labor Code section 1725.5 or any successor statute thereto and that no contractor or
subcontractor will engage in the performance of the Services unless currently registered
and qualified to perform public work. Unless otherwise exempt by law, Consultant
warrants that no contractor or subcontractor was listed on the bid proposal for the
Services that it is not currently registered and qualified to perform public work.
Consultant further warrants that it is currently registered and qualified to perform "public
work" pursuant to California Labor Code section 1725.5 or any successor statute
PSOMAS Page 11
thereto and that no contractor or subcontractor will engage in the performance of the
Services unless currently registered and qualified to perform public work.
30. STANDARD PROVISIONS
30.1 Recitals. City and Consultant acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Agreement.
30.2 Compliance with all Laws. Consultant shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
30.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent
breach of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary the provisions
herein.
30.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
30.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
30.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Consultant and City and approved as to form by the
City Attorney.
30.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
30.9 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, State of California.
PSOMAS Page 12
30.10 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
30.11 No Attorneys' Fees. In the event of any dispute or legal action arising
under this Agreement, the prevailing party shall not be entitled to attorneys' fees.
30.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
PSOMAS Page 13
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 7/ !3/ZZ
By: 'lJ (P,
on C. Harp -7113blu_
Ci y Attorney .fD
ATTEST -
Date:
Date: 0
CITY OF NEWPORT BEACH,
a California municipal corporation
Date. -
By:
K vin Muldoo
Mayor
CONSULTANT: PSOMAS, a California
corporation
Date:
Signed in Counterpart
By:
Joseph L. Boyle
Vice President
= SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
PSOMAS Page 14
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: -?/19/ ZZ
. 0
..
ATTEST:
Date:
11
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Kevin Muldoon
Mayor
CONSULTANT: PSOMAS, a California
corporation
Date: ? 1 Z-&Z—
By- I
a7
ose h L. Boyle
.ce resident
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
PSOMAS Page 14
EXHIBIT A
SCOPE OF SERVICES
ON -CALL CIVIL ENGINEERING
Civil Engineering services shall include conceptual and final design of a wide variety of
City capital improvement and maintenance projects. The Consultant shall have the
ability to provide in-house services, or capacity to subconsultant, for the following areas:
■ Provide full plans, specifications, and estimates for a broad -range of civil
engineering disciplines.
■ Provide cost estimating and value engineering services
■ Provide bid support and preparation of record drawings
■ Provide construction support, administration, and management services
■ Provide construction traffic control concepts and plans
■ Provide project -specific professional surveying services
■ Review public/private development plans and maps
■ Provide regulatory permitting support
■ Prepare various studies and supporting documentation, including hydrology and
hydraulic analysis, water and sewer studies and network analysis
■ Prepare/review NPDES reports, Water Quality Management Plan (WQMP) and
Storm Water Pollution Prevention Plans (SWPPP)
■ Prepare maps and legal descriptions for right-of-way acquisition and easements
■ Other engineering -related tasks, as necessary
Consultant shall perform the on -call services described in the Scope of Services. Upon
written request from the City Project Administer or designee, Consultant shall provide a
letter proposal for specific services requested by the City (hereinafter referred to as the
"Letter Proposal").
The Letter Proposal shall include, but is not limited to, the following:
■ A detailed description of the Scope of Services to be provided;
• The Contract number;
■ The Title/Position of each person who will be performing the work;
■ The hourly rates of each provider; and
■ Any anticipated consumable, material, or ancillary cost to perform the services.
PSOMAS Page A-1
Balancing the Natural and Built Environment
April 6, 2022
Michael J. Sinacori, Assistant City Engineer
City of Newport Beach, Department of Public Works
100 Civic Center Drive
Newport Beach, CA 92660
Subject: On -Call Professional Civil Engineering Services (RFP No. 22-51)
Dear Mr. Sinacori:
Psomas has a long history of working with the City of Newport Beach and we are grateful for the relationships we
have developed with your various staff members. The Psomas team has the background, resources, track record,
and relevant experience in successfully delivering projects to the City of Newport Beach and to numerous other
local cities with great success.
I, Psomas' Project Director, Joseph Boyle, PE, have more than 37 years of experience delivering services to public
agencies. The most important attributes I can offer the City are responsiveness, flexibility, and understanding of
technical and community issues. All of these attributes are the reason Psomas is a solid choice for the City. When
you select the Psomas team, you can expect the following benefits:
► Responsiveness: Being responsive to an on -call task order request is second nature to Psomas. As a firm, we
have more than 30 as -needed public agency contracts, and over 75% of those are with repeat clients. One of the
keys to successfully managing on -call contracts is Joe's commitment to responsiveness and meeting the City's
response time requirements.
► Flexibility: Demonstrating flexibility means being able to expand and contract to the needs of the City on
short notice. This can be difficult for many firms given they may not have the resources to deliver these types
of services, but not for Psomas. To augment staff named in this proposal, Psomas can draw upon additional
resources throughout the firm.
► Understanding the Newport Beach Community: The City has a reputation for being a vibrant place to live, work,
and visit. This reputation has come as a result of both staff and your consultants understanding the community
they are serving as well as a commitment to going above and beyond. The Psomas team understands the City's
goals for delivering projects on time and within budget and Psomas is the right firm to deliver innovative, timely
and cost-effective professional solutions to enhance the community and quality of life of your residents.
As a local Southern California firm, Psomas is in the position to respond to the City's needs quickly and with staff
who are qualified and team players. Should you have any questions, please contact me by phone at (714) 481-8060 or
by email at JoeBoyle@Psomas.com.
Sincerely,
PSOMAS
5 Hutton Centre Drive
Suite 300
Santa Ana, CA 92707
Joseph Boyle, PE
Vice President/Principal-in-Charge Tel 714.751.7373
Fax 714.545.8883
www.Psomas.com
Firm History
Founded in 1946, Psomas has grown into a full -service consulting
firm with over 70o employees in offices throughout California,
Arizona, Washington, and Utah. Psomas is an employee -owned
California corporation. Our firm specializes in transportation,
water/wastewater/stormwater and facilities, infrastructure, and
development services. Ranked as one of ENR's Top 200 Design Firms,
we offer civil engineering, program/construction management,
environmental consulting, GIS consulting, land surveying, and
planning and entitlements to the public and private sectors.
Psomas has established a reputation on the front lines of sustainable
SANTA ANA OFFICE engineering with many LEED-rated projects as well as with our involvement in the
5 Hutton Centre Drive Institute of Sustainable Infrastructure (ISI) through Tim Psomas and his leading
Suite 300 efforts on Envision. Envision is a sustainability rating system supported by ISI,
Santa Ana, CA 92707
APWA, ASCE, and ACEC. It has been created to evaluate, grade, and give recognition to
infrastructure projects that provide progress and contributions for a sustainable future.
Our commitment to ISI and Envision is extremely important to us, as evidenced in the
credentialing of our staff.
The cornerstone of our business approach is to focus on our clients' long-term needs and
guide our strategic growth to meet those needs. Our core strength is our multi -disciplined
teams of experts supported by key subconsultant experts in supporting disciplines. Our
top-notch staff produces award -winning projects for our clients through innovation,
creativity and cutting -edge technical expertise.
Psomas offers the City an experienced team of professionals with proven records in
providing design services for civil design projects and in meeting project budget and
schedule constraints. The team's project successes, and our successful track record on
relevant projects for municipal agencies, will provide the additional benefits of experience
and expertise. The operational structure of Psomas is designed to encourage close inter -
working relationships and collaboration among the various disciplines within the firm.
Qualifications
Psomas meets all of the minumum qualifications stated in the RFP.
Resumes, provided in Section 2 of this proposal, demonstrate the Psomas team's relevant
qualifications and lists their relevant registrations and certifications, including valid
California Professional Engineering licenses.
Project descriptions, provided in Section 3 of this proposal, showcase our decades of
experience providing civil engineering services in Southern California, our familiarity
with City of Newport Beach standards and provisions, our professional work history with
similar -sized municipalities, with satisfactory references, and our experience providing
professional services for a coastal community.
Psomas has the ability to provide deliverables consistent with the latest version of City -
adopted AutoCAD and other engineering/drafting-related software.
Your projects depend on a trusted, comprehensive and solid team for successful delivery. The Psomas team has been
designed to fulfill this role — not only to be responsive to the City's needs, but to staff your projects with reliable
and experienced professionals who will be there until project completion. We are ready to supplement your staff
throughout the life of your projects with our multi -discipline wealth of resources to call upon on a moment's notice.
Organization Chart
The organization chart below identifies the Psomas Team members, their roles, and the lines of communication.
Resumes are provided on the following pages.
Bob Talafus, PE, QSD, ENV SP
Senior Project Manager
(Street/Storm Drain)
Matt Heideman,
PE, QSD/QSP, ENV SP
Project Manager (Street/Storm Drain)
Henry Nguyen,
PE, QSD/P, LEED AP, ENV SP
Project Engineer
(Street/Storm Drain)
Michael Sinacori, PE
PROJECT MANAGER
Joseph Boyle, PE
Nancy Baker, PE, ENV SP
Senior Project Manager -
Water Facilities
Maira Salcedo, PE, ENV SP
Senior Project Manager -
Sewer Facilities
Michael Swan, PE
Water/Sewer Planning and
Modeling; Underground Utility
Assessment District Services
David Moritz, PLS
Survey Manager
Steve Price, PLS
Project Surveyor
Robert Could
Field Survey
Tom Pilarski, PLS
Subsurface Utility Engineer
Arief Naftali,
PE, TE, EE, ENV SP, RSPI
Traffic Project Manager
Darlene Yellowhair,
PE, TE, PTOE, RSP, ENV SP
Traffic Engineer
Nam Nguyen, EIT, ENV SP
Traffic Engineer
Pat Castro,
PE, PMP, DBIA, LEED AP, [CC
Construction Manager and
Inspector
Everett "Butch" Butcher, PE
Construction Manager and
Inspector
Eric Schlichter
Inspector
Doug Fredericks, PE, ENV SP
Structural Engineer
Sean Noonan, AICP
Environmental Planner
Alia Hokuki, AICP
Environmental QA/QC
Brad Blood, PhD
Senior Biologist and Regulatory
Specialist
Charles Cisneros, RPA
Cultural Resources Manager
REGISTRATION
1989/CA/Professional
Engineer/Civil/44497
EDUCATION
1984/BS/Civil Engineering/
California Polytechnic State
University, San Luis Obispo
EXPERIENCE
With Psomas for 25 years;
with other firms for 12 years
REGISTRATION
1984/CA/Professional
Engineer/Civil/38832
EDUCATION
1984/Coursework/Civil
Engineering/California
State Polytechnic
University, Pomona
CERTIFICATIONS
Envision Sustainability
Professional/Institute for
Sustainable Infrastructure
Qualified SWPPP
Developer/Stormwater
Multiple Application and
Report Tracking System
EXPERIENCE
With Psomas for 16 years;
with other firms for 24
years
Joseph Boyle, PE I Project Director/Principal-in-Charge
Joe Boyle has 37 years of experience in the planning and design of wastewater
facilities, water transmission, distribution, and storage facilities. He has prepared
plans and specifications for water and sewer main, storm drain, and roadway
design, as well as provided construction phase services. Mr. Boyle also has extensive
experience in the planning and design of public works projects, including site
development, grading and storm drain design, and streets and highways.
Experience
► Principal -in -Charge; Water Transmission Main Valve Replacements Phase 2,
City of Newport Beach, CA
Principal -in -Charge; Rehabilitation of Well 29, City of Santa Ana, CA
► Principal -in -Charge; Cast Iron Main Replacement, Rosebay Street, Long Beach
Water Department, Long Beach, CA
Project Manager; Rehabilitation/Replacement of Pressure Reducing Station
Nos. 30, 31, 32, and 43, and Construction of a New PRS No. 73, City of Anaheim, CA
► Principal -in -Charge; Water Main Replacement, City of El Monte, CA
► Project Manager; La Palma Complex Reservoir Rehabilitation and Pump Station
Replacement, City of Anaheim, CA
Project Manager; Walnut Pump Station Upgrade, City of Santa Ana, CA
► Principal -in -Charge; On -Call Design Services for Capital Improvement Plan
Sewer Improvements for Various Locations, City of Hermosa Beach, CA
Bob Talafus, PE, QSD, ENV SP I Senior Project
Manager (Street/Storm Drain)
Bob has over 40 years of experience on both public and private projects. He has
served as Principal -in -Charge and Project Manager on land development and public
works projects, and has been responsible for providing client contact and interaction,
maintaining liaison with team consultants, managing projects, supervising design staff,
maintaining quality control, and processing plans through governmental agencies.
Bob's project experience includes parks and recreation, public works, residential and
commercial site design, site grading and paving design, roadway design, hydrology,
storm drain design, water distribution systems, and sewer systems for numerous
projects throughout Southern California.
Experience
► Principal -in -Charge; Cameo Highlands Street Reconstruction,
City of Newport Beach, CA
Principal -in -Charge; 15th Street/Balboa Boulevard Revitalization,
City of Newport Beach, CA
Principal -in -Charge; end Street and Pacific Coast Highway Retail Center,
CenterCal Properties, LLC, Long Beach, CA
Project Manager; Vista Del Prado, Raintree Evergreen Management, LLC,
Dana Point, CA
- Principal -in -Charge; The Irvine Company Headquarters, 520 Newport Center
Drive, City of Newport Beach, CA
Project Director; Lake Forest Sports Park Preliminary and Final Grading and
Drainage, City of Lake Forest, CA
REGISTRATION
1996/CA/Professional
Engineer/Civil/55639
EDUCATION
1993/BS/Civil Engineering/
University of California,
Irvine
CERTIFICATIONS
Envision Sustainability
Professional/Institute for
Sustainable Infrastructure
Qualified SWPPP
Developer and Practitioner/
Stormwater Multiple
Application and Report
Tracking System/00904
EXPERIENCE
With Psomas for 24years;
with other firms for 4 years
REGISTRATION
2011/CA/Civil
Engineer/78156
EDUCATION
2005/BS/Civil Engineering/
University of California,
Irvine
CERTIFICATIONS
Qualified SWPPP
Developer/Practitioner/
California Stormwater
Quality Association/22478
Envision Sustainability
Professional/Institute for
Sustainable Infrastructure
LEED AP/U.S. Green
Building Council
EXPERIENCE
With Psomas for 6 years;
with other firms for 11 years
Matt Heideman, PE, QSD/QSP, ENV SP
Project Manager (Street/Storm Drain)
Matt Heideman has 28 years of experience in all aspects of land development
engineering. He has worked on residential, commercial, and industrial projects
throughout Southern California, and has managed the design of mass grading,
precise grading, storm drain, sewer, water, reclaimed water, widening of existing
streets and highways, new street improvements, parking lots, street lighting,
retaining walls, box culverts and vesting tentative tract maps for projects ranging
from 10 acres to over 1,000. Matt specializes in large residential, commercial, or
industrial master plan developments. This background affords him keen insight into
the entire land development process -- from infrastructure and improvements of
existing facilities to site development.
Experience
► Project Manager; Cameo Highlands Street Reconstruction, City of
Newport Beach, CA
► Project Manager; 15th Street/Balboa Boulevard Revitalization, City of
Newport Beach, CA
► Project Manager; Manchester Cast Member Parking Lot, The Walt Disney
Company/Disneyland Resort, Anaheim, CA
► Project Manager; Lake Forest Sports Park Preliminary and Final Grading and
Drainage, City of Lake Forest, CA
► Project Manager; As -Needed Engineering Design and Support Services, Water
Resources, County of Los Angeles, CA
Henry Nguyen, PE, QSD/P, LEED AP, ENV SP
Project Engineer (Street/Storm Drain)
Henry Nguyen is a Project Engineer with 17 years of experience. Henry has worked
on a variety of land development projects in Southern California. His background
includes experience with hydrology and hydraulic studies, water and sewer system
analysis, storm water pollution prevention plans, and water quality management
plans.
Experience
► Project Engineer; Via Lido Outer Ring Roadway Rehabilitation, Newport Beach, CA
► Project Engineer; Balboa Peninsula Alley Reconstruction Project,
Newport Beach, CA
► Project Engineer; Cameo Highlands Street Reconstruction, Newport Beach, CA
► Project Engineer; Vista Del Prado, Dana Point, CA
► Project Engineer; Balboa Boulevard and Newport Boulevard Pavement
Rehabilitation Project Design, Newport Beach, CA
► Project Engineer; Lux Apartments Costa Mesa, Costa Mesa, CA
► Project Engineer; 2nd Street and Pacific Coast Highway Retail Center,
Long Beach, CA
► Project Engineer; City of Los Angeles, Staff Augmentation for Design Support &
Construction Engineering (TOS 111), Los Angeles, CA
REGISTRATION
2005/CA/Professiona I
Engineer/Civil/67448
EDUCATION
1999/BS/Civil Engineering/
California State University,
Long Beach
CERTIFICATIONS
Envision Sustainability
Professional/Institute for
Sustainable Infrastructure
EXPERIENCE
With Psomas for 3 years;
with other firms for 30
years
REGISTRATION
2011/CA/Professional
Engineer/Civil/77370
EDUCATION
2006/BS/Civil Engineering/
California State University,
Fullerton
CERTIFICATIONS
Envision Sustainability
Professional/Institute for
Sustainable Infrastructure
Pipeline Assessment
Certification Program/
NASSCO/U-508-7002
EXPERIENCE
With Psomas for 15 years;
with other firms for 1 year
Nancy Baker, PE, ENV SP I
Senior Project Manager - Water Facilities
Nancy has 33 years of civil engineering experience in the water industry. She has
extensive knowledge and experience in project management and the planning and
design of water and wastewater facilities including pipelines, pumping facilities, lift
stations, pressure reducing stations, domestic water well equipping, and water and
wastewater treatment facilities. Nancy's pipeline experience includes over 15o miles
of new pipeline design and rehabilitations projects for water mains and recycled
water mains ranging in diameter from 6 to 48 inches.
Experience
► Project Manager; Water Transmission Main Valve Replacements Phase 2,
City of Newport Beach, CA
► Project Manager; Bombero Street 6-inch Recycled Water Pipeline,
Orange County Water District, Newport Beach, CA
► Project Manager/Project Engineer; Coastal function (CM-10) Valve Replacement,
South Coast Water District, Irvine, CA
► Project Manager/Project Engineer; Miscellaneous Water Vault Rehabilitation,
Replacement, and/or Abandonment Project, M-2, M-3, M-8, M-10, M-25, M-26,
M-33, M-49, M-55, M-68, and M-94; City of Anaheim, CA
► Project Manager/Project Engineer; Large Valve Replacement, Long Beach Water
Department, Long Beach, CA
► Project Manager; Cast Iron Main Replacement Project-Rosebay Street (MC-5185),
Long Beach Water Department, Long Beach, CA
Maira Salcedo, PE, ENV SP I
Senior Project Manager - Sewer Facilities
Maira has 16 years of experience in design of sewer systems, water systems, and
report preparation on public works projects throughout Southern California. Her
computer experience includes AutoCAD (including Civi13D), ArcView, MS Project, and
various spreadsheet and word processing software packages.
Experience
► Project Manager; 2018 Sewer Rehabilitation Project, Rossmoor/Los Alamitos Area
Sewer District, Rossmoor/Los Alamitos, CA
► Project Manager; 2015 Sewer Rehabilitation Project, Rossmoor/Los Alamitos Area
Sewer District, Rossmoor/Los Alamitos, CA
► Project Manager; Cerritos Avenue from Euclid Street to Alley East of 9th Street
Sewer Siphon Removal, City of Anaheim, CA
► Project Manager; On -Call Design Services for CIP 19-421 Sewer Improvements,
City of Hermosa Beach, CA
► Project Manager; On -Call Design Services for CIP 17-416 Sewer Improvements,
City of Hermosa Beach, CA
► Project Manager; Del Amo 5 Sewer Relief Project, City of Torrance, CA
► Project Manager; 45th Street East Extension Trunk Sewer Project,
City of Palmdale, CA
REGISTRATION
1975/C A/P rofess i o n a l
Engineer/Civil/25737
EDUCATION
1970/BS/Civil Engineering/
University of California,
Davis
EXPERIENCE
With Psomas for 19 years;
with other firms for 27
years
REGISTRATION
2016/CA/E E/21570
2005/CA/TE/2296
2003/CA/P E/Civi I/64286
CA/R S P/552
EDUCATION
2004/MS/Civil Engineering
(Transportation
Engineering)/CSU Long
Beach
2001/MA/Organizational
Management/Azusa Pacific
University
1999/BS/Civil Engineering/
California State Polytechnic
University, Pomona
CERTIFICATIONS
ENV SP/Institute for
Sustainable Infrastructure
EXPERIENCE
With Psomas for 8 years;
with other firms for 13 years
Michael Swan, PE I Water/Sewer Planning and Modeling;
Underground Utility Assessment District Services
Mike Swan has 46 years of experience in project engineering and management of
diverse public works and public finance projects throughout Southern California. He
has extensive experience in water resources master planning and design, as well as the
development and implementation of financing for these and other public works projects.
Experience
► Assessment Engineer; Underground Utility and Infrastructure Improvements,
City of Laguna Beach, CA
► Special Tax Consultant; Pacific City Community Facilities District,
City of Huntington Beach, CA
► Special Tax Consultant; Bella Terra Community Facilities District,
City of Huntington Beach, CA
► Project Manager; On -Call Water System Modeling, City of El Monte, CA
► Project Manager; 2020 Sewer Master Plan Update, Yorba Linda Water District,
Yorba Linda, CA
► Project Manager; Arbor Street and Locust Avenue Sewer Improvement,
Long Beach Water Department, Long Beach, CA
► Project Manager; Combined East Area Master Plan of Sanitary Sewers and
Financial Implementation Plan, City of Anaheim, CA
► Project Manager; Water Main Replacement, City of El Monte, CA
Arief Naftali, PE, TE, EE, ENV SP, RSPI
Traffic Project Manager
Arief Naftali is a licensed civil, traffic, and electrical, engineer in California with 21
years of hands-on professional experience in the design and management of various
road, traffic, civil, site, highway, and engineering projects serving multiple local
and regional agencies in Southern California, including Caltrans. Arief is adept in
roadway infrastructure, site development, active transportation, traffic engineering,
outdoor electrical, and transportation planning projects, delivering improvement
needs to local and regional communities alike. Arief's project portfolio encompasses
a full range of projects starting from planning and design, through construction.
Experience
► Project Manager; Catalina Street Permanent Roundabout,
City of Laguna Beach, CA
► Project Manager; Street Lighting Design for Coast Highway,
City of Laguna Beach, CA
► Traffic Engineer; Westminster Active Transportation Plan,
City of Westminster, CA
► Traffic Engineer; 2nd Street and Pacific Coast Highway Retail Center,
CenterCal Properties, LLC, Long Beach, CA
► Project Manager; Glendale Boulevard/Hyperion Avenue Complex of Bridges
Traffic Study, City of Los Angeles, CA
► Project Manager; Fontana Active Transportation Plan, City of Fontana/
Alta Planning + Design, Fontana, CA
REGISTRATION
2017/CA/Traffic
Engineer/2827
EDUCATION
2006/MS/Civil Engineering/
Cornell University
2004/BS/Civil Engineering/
University of Arizona
CERTIFICATIONS
RSP/Transportation
Professional Certification
Board Inc./169
ENV SP/Institute for
Sustainable Infrastructure
PTOE/Transportation
Professional Certification
Board Inc./3123
LEED AP/USGBC
EXPERIENCE
With Psomas for 15 years
EDUCATION
2015/BS/Civil Engineering/
California State Polytechnic
University, Pomona
CERTIFICATIONS
2015/Engineer in
Training/154995
Envision Sustainability
Professional/Institute for
Sustainable Infrastructure
EXPERIENCE
With Psomas for 7 years
Darlene Yellowhair, TE, PTOE, RSP, ENV SP
Traffic Engineer
Darlene has extensive experience with a variety of traffic engineering projects,
including traffic impact studies, traffic reports, safety studies, signal warrant
studies, corridor studies, signal timing and coordination, signing and striping
design, and traffic signal design. She also has experience with design and studies for
alternate modes of travel, Road Safety Assessments, transportation planning, and
roadway design. Darlene is well -versed in Synchro, SimTraffic, HCS, SIDRA, and GIS,
and has experience with AutoCAD, MicroStation, and InRoads.
Experience
► Traffic Engineer; Dana Point Town Center at Pacific Coast Highway and
Del Prado, City of Dana Point, CA
► Traffic Engineer; Glendale Boulevard/Hyperion Avenue Complex of Bridges
Traffic Study, City of Los Angeles, CA
► Traffic Engineer; Coronado Cays Entrance Improvements and Bayshore Bikeway
Traffic Study, City of Coronado, CA
► Lead Traffic Engineer; Mt. San Antonio College, Transit Center, Walnut, CA
► Traffic Engineer; West Anaheim Street Rehabilitation and Reconstruction, Port
of Long Beach, Long Beach, CA
► Traffic Engineer; SR 138 Southbound Off -Ramp at Palmdale Boulevard and
Interchange Improvements, City of Palmdale, CA
► Traffic Engineer; Loker Medical Arts Pavilion Traffic Study, City of
Los Angeles, CA
Nam Nguyen, EIT, ENV SP I Traffic Engineer
Nam Nguyen has been responsible for various design and drafting assignments focusing
on public works and transportation projects throughout Southern California. Having
successfully developed many traffic engineering construction documents, he is well -
versed in the guidelines and standards that govern the making of geometric/signing,
striping, traffic control, signal modification, and street improvement plans. Nam also
possesses strong MicroStation, AutoCAD, and Civil 3D skillsets.
Experience
► Project Designer; Catalina Street Permanent Roundabout, City of Laguna Beach, CA
► Project Designer; Vista Del Prado, Raintree Evergreen Management, LLC,
Dana Point, CA
► Project Designer; Pelican Hill Golf Club Sewer Pipeline Rehabilitation,
Irvine Ranch Water District, Newport Coast, CA
► Project Designer; 2nd Street and Pacific Coast Highway Retail Center, CenterCal
Properties, LLC, Long Beach, CA
► Project Designer; Glendale -Hyperion Complex of Bridges Improvement Project;
City of Los Angeles, CA
► Project Designer; Fontana Active Transportation Plan, City of Fontana/Alta
Planning + Design, Fontana, CA
REGISTRATION
1993/CA/Professional
Engineer/50863
EDUCATION
1991/MS/Civil Engineering/
University of California,
Davis
1990/BS/Civil Engineering
with Minor in English/
California State University,
Chico
CERTIFICATIONS
Envision Sustainability
Professional/Institute for
Sustainable Infrastructure/
EXPERIENCE
With Psomas for 7 years;
with other firms for 24
years
REGISTRATION
1997/CA/Professional Land
Surveyor/7388
EDUCATION
1993/13S/Civil Engineering/
California State Polytechnic
University, Pomona
EXPERIENCE
With Psomas for 28 years;
with other firms for 3 years
Douglas Fredericks, PE, ENV SP I Structures Engineer
Doug Fredericks is a registered civil engineer with over 31 years of experience in
bridge design and bridge project management. He has led the planning, layout, type
selection, and final design for a wide variety of transportation structures, including
new construction, widening, and rehabilitation projects. He has also performed
studies to evaluate the condition of existing structures, and has designed retaining
walls, sound walls, water -holding tanks, and drainage facilities. As Project Manager,
he was responsible for the successful completion a number of bridge projects for
Caltrans and local municipalities.
Experience
► Project Manager; Superior Pedestrian OC Project, City of Newport Beach, CA
► Project Manager; CIP No.579 - 862 Summit Drive, City of Laguna Beach, CA
► Structural Engineer; Los Angeles River Valley Bikeway and Greenway Design,
Los Angeles, CA
► Lead Bridge Engineer; Anaheim Street Bridge Replacement, CenterCal
Properties, LLC, Long Beach, CA
► Lead Bridge Engineer; Glendale -Hyperion Complex of Bridges Improvement
Project, City of Los Angeles, CA
► Lead Bridge Engineer; "Red Car" Multi -Use Bridge, City of Los Angeles, CA
► Structures Task Lead; Whittier Greenway Trail East, City of Whittier, CA
David Moritz, PLS I Survey Manager
Dave Moritz has over 31 years of experience in the survey industry, specializing in right-
of-way engineering, utility mapping and large scale infrastructure projects. He has spent
a large portion of his career working in client offices to provide program management,
project management and staff augmentation services. He has developed survey
programs that support large right-of-way acquisition and subsurface utility engineering
(SUE) projects. As leader of the Orange County Survey Team, he is responsible for project
planning and coordinating work among in-house staff, clients and subconsultants. He
serves as client liaison, attends coordination and kickoff meetings, and is the primary
contact person on various contracts. Dave is also involved in the coordination and
oversight of work among clients, title companies, project surveyors and CAD staff, as
well as in-house civil engineers. Dave has worked in Los Angeles, Orange, Riverside,
San Bernardino, Imperial, Santa Barbara, San Luis Obispo, Ventura, and Kern counties.
Experience
► Principal -in -Charge; TO# 07 Traffic Signal Upgrade SR-1, Caltrans District 12,
Newport Beach, Huntington Beach, and Seal Beach, CA
► Project Manager; On -Call Right of Way Engineering and Surveying Services,
Orange County Tranportation Authority, Orange County, CA
► Project Manager; Complete Streets Program (TOS 38), City of Los Angeles, CA
► Principal -in -Charge; Yorba Linda Boulevard/Savi Ranch Parkway Widening
Project, City of Yorba Linda, CA
► Principal -in -Charge; TO #4-Pedestrian Facilities Upgrades on SR-1 from Ruby
Street to Ledroit Street, Caltrans District 12, Laguna Beach, CA
► Project Manager; I-5 HOV Improvements from SR-73 to South of Oso Parkway
(Segment 1), Orange County Tranportation Authority, Aliso Viejo/Mission Viejo, CA
REGISTRATION
2019/CA/Professional Land
Surveyor/9541
2000/WA/Professional Land
Surveyor/36808
EDUCATION
1992/BS/Surveying/Oregon
Institute of Technology,
Klamath Falls, OR
1989/AA/Surveying/
Peninsula College, Port
Angeles, WA
EXPERIENCE
With Psomas for 6 years;
with other firms for 24
years
EDUCATION
1984/Coursework/
Undergraduate Studies/
University of Redlands
TRAINING
Certified Party Chief/
Southern California
Surveyors Joint
Apprenticeship Committee
Land Surveying/ Southern
California Surveyors Joint
Apprenticeship Committee
EXPERIENCE
With Psomas for 29 years;
with other firms for 2 years
Steve Price, PAS I Project Surveyor
Steven Price has 30 years of experience providing surveying and mapping services
for public agencies. He has been responsible for boundary surveys and analysis, ALTA
land title surveys, topographical and construction surveys; scheduling field crews,
property calculations, legal descriptions and plats, Records of Surveys, and right-
of-way engineering. Prior to joining Psomas, Steven was employed for 15 years as a
Survey Party Chief with the Washington State Department of Transportation.
Experience
► Project Surveyor; Complete Streets Program (TOS 38), City of Los Angeles, CA
► Project Surveyor; TO#12 SR-55 Multi -Asset Management Project from Finley
Avenue to SR-91(PM 0.0/17.9), Caltrans District 12, Orange County, CA
► Project Surveyor; TO#8-I-405 Improvement Project from I-5 to Harbor
Boulevard, Caltrans District 12, Orange County, CA
► Project Surveyor; TO #4-Pedestrian Facilities Upgrades on SR-1 from Ruby Street
to Ledroit Street, Caltrans District 12, Laguna Beach, CA
► Project Surveyor; I-5 Improvements from Alicia Parkway to El Toro Road
(Segment 3), Orange County Tranportation Authority, Orange County, CA
► Project Surveyor; I-5 HOV Improvements from SR-73 to South of Oso Parkway
(Segment 1), Orange County Tranportation Authority, Aliso Viejo/Mission Viejo, CA
► Project Surveyor; I-405 Program Management, Orange County Tranportation
Authority, Orange County, CA
Robert Gould I Field Survey
Robert Gould has over 30 years of land surveying experience. He has had extensive
experience as a responsible field/office party chief on many of the larger survey
projects in California such as freeways, freeway interchanges, light rail systems,
bridges, corporate boundary surveys, and construction surveys for high-rise buildings.
Experience
► Party Chief; Traffic Signal Upgrade SR-1 (Caltrans 12A1696 - TO# 07),
Newport Beach, Huntington Beach, and Seal Beach, CA
► Party Chief; El Toro Road Traffic and Landscape Improvements,
City of Lake Forest, CA
► Party Chief; Interstate 5/State Route 22/State Route 57 Interchange,
Caltrans District 12, Orange County, CA
► Party Chief; Pacific Coast Highway/State Route 55 "Arches" Interchange,
Construction Staking and Survey, Newport Beach, CA
► Party Chief; Sand Canyon Avenue Railroad Grade Separation,
Orange County Transportation Authority, Irvine, CA
► Party Chief; Complete Streets Program (TOS 38), City of Los Angeles, CA
► Party Chief; Street Overlay and Reconstruction (180807 and 210804),
City of Rialto, CA
► Party Chief; West Anaheim Street Rehabilitation and Reconstruction,
Port of Long Beach, Long Beach, CA
REGISTRATION
2010/CA/Professional Land
Surveyor/8732
EDUCATION
2008/Diploma/M.Div./
Religious Studies/The
Master's University, Santa
Clarita
1990/BA/Political Science/
University of California, Los
Angeles
EXPERIENCE
With Psomas for 14 years;
with other firms for 13 years
REGISTRATION
2007/CA/P rofess i o n a l
Engineer/Civil/71592
EDUCATION
1997/BS/Civil Engineering/
University of Baguio,
Philippines
CERTIFICATIONS
Accredited Professional,
Leadership in Energy &
Environmental Design/U.S,
Green Building Council
Designated Design -Build
Professional/Design-Build
Institute of America
Project Management
Professional/Project
Management Institute
EXPERIENCE
With Psomas for 7 years;
with other firms for 29
years
Tom Pilarski, PLS I Subsurface Utility Engineer
Tom Pilarski has 27 years of experience in surveying and mapping. He oversees our
ASCE Standard 38-02 Utility Detection and Mapping team. Since Psomas expanded
its suite of services into the subsurface utility locating and mapping business line,
Tom has overseen projects that involved utility location where little or no as -built
data existed. He also provides a second opinion when Psomas utility detection crews
followed the 811 Dig alert locator to verify the utilities detected. He is responsible
for development of Records of Survey, right-of-way mapping, tract and parcel maps,
condominium plans, ALTA surveys and easement legal descriptions.
Experience
► Utilities Detection Manager; Disney Prospect Studios, Subsurface Utility
Detection, The Walt Disney Company, Burbank, CA
► Utilities Detection Manager; Sempra Pipeline Safety Enhancement Plan (PSEP),
Los Angeles, Ventura, and Orange Counties, CA
► Utilities Detection Manager; Pacific Gas and Electric (PG&E) 2019-2022 On -Call
Contract, Statewide, CA
► Utilities Detection Supervisor; East San Fernando Valley Transit Corridor
Project, Los Angeles County Metropolitan Transportation Authority, San
Fernando Valley, CA
► Utilities Detection Manager; EJ Gallo Fermentation and Glass Facilities,
Subsurface Utility Detection, VVH Consulting Engineers, Modesto, CA
Pat Castro, PE, PMP, DBIA, LEED AP, ICC
Construction Manager and Inspector
Pat Castro has more than 36 years of experience in providing program management,
capital planning, design development, project and construction management,
contract administration, and construction inspection of complex facilities and
infrastructure capital improvement projects. As a practitioner with four professional
credentials, Pat has demonstrated that he has the education, skills, and experience
to lead and direct multiple projects and resources to attain strategic business goals
of the organization. Prior to joining Psomas, Pat was the Facilities Construction
and Rehabilitation Administrator for the City of Irvine with full responsibility of
planning, directing, and program administration of the City's Capital Improvement
and Rehabilitation Program for six years. Prior to the City of Irvine, he was employed
by the City of Long Beach, Public Works Department, for over 21 years in various
capacities as Capital Projects Coordinator, Principal Construction Inspector, and
Construction Inspector II, and has extensive familiarity with the variety of projects,
client needs, and diversity of constituents served in the City of Long Beach.
Experience
► Resident Engineer/Construction Manager; Beach On -Call Capital Improvement
Projects, City of Long Beach, CA
► Construction Manager; Anaheim Street Rehabilitation and Reconstruction
Constructability Review, City of Long Beach, CA
► Construction Manager; El Dorado Park Nature Center Improvement Project,
City of Long Beach, CA
► Construction Manager; Street Rehabilitation of Obispo Avenue betweem
loth Street & PCH, City of Long Beach, CA
REGISTRATION
2007/CA/General
Co ntracto r/A&B/904632
2003/CA/Professional
Engineer/Civil/65620
2002/CA/Professional
E ng i nee r/M echa n i cal/32081
EDUCATION
1989/MS/Civil Engineering/
University of Illinois, Urbana
1977/BS/Ocean
Engineering/Massachusetts
Institute of Technology
EXPERIENCE
With Psomas for 8 years;
with other firms for 28
years
EXPERIENCE
With Psomas for 4 years;
with other firms for 36
years
Everett "Butch" Butcher, PE I
Construction Manager and Inspector
Butch Butcher has over 36 years of experience in providing project management
services for large civil engineering construction projects. His background includes
program and project development and execution for land development, planning,
contracting, construction, environmental, public works, transportation, and utilities.
Experience
► Resident Engineer; Rosecrans Avenue Arterial Improvement, City of Gardena, CA
► Project Manager; On -Call Project and Construction Management Services,
City of Hermosa Beach, CA
► Resident Engineer; As -Needed Plan Checking and Permitting Services,
City of Long Beach, CA
► Resident Engineer; Alamitos Avenue Rehabilitation Between 7th Street and
Orange Avenue, City of Long Beach, CA
► Construction Manager; Belmont Plaza Beach Center, Structural Evaluation, City
of Long Beach, CA
► Resident Engineer; Vermont Avenue Arterial Improvements Project,
City of Gardena, CA
► Construction Manager; Demolition of the Existing Belmont Pool Facility, City of
Long Beach, CA
Eric Schlichter I Inspector
Eric has 40 years of experience providing construction management, lead inspection,
public relations, and office administrative services on major projects in the Southern
California region, including roadways, public infrastructure and buildings, and
highway and bridge construction. He is highly experienced in the oversight of
numerous operations on large project sites and has excellent communication and
documentation skills required for complex and multiple discipline operations. Eric
has provided construction management and inspection services for numerous high
profile projects. His extensive experience encompasses roadway, Caltrans, and
various utility projects.
Experience
► Construction Inspector; Main Promenade Parking Structure Improvements,
City of Huntington Beach, CA
► Construction Inspector; Metrolink Station, City of Buena Park, CA
► Construction Inspector; Community Center and Sports Park, Laguna Hills, CA
► Construction Inspector; On -Call Construction Management and Inspection
Services, City of Long Beach, CA
► Construction Inspector; FY 2019-2020 Road Maintenance Project AC Overlay
Paving, County of San Diego, CA
► Construction Inspector; Bayshore Swim Dock Revitalization,
City of Long Beach, CA
► Construction Inspector; Redondo Beach Pier Improvements,
City of Redondo Beach, CA
EDUCATION
2014/MS/Urban and
Regional Planning/
California State Polytechnic
University, Pomona
2011/MA/Geography/
California State University,
Fullerton
2006/BA/History/University
of California, Santa Barbara
CERTIFICATIONS
American Institute of
Certified Planners/No.
027853/American Planning
Association
EXPERIENCE
With Psomas for 2 years;
with other firms for 8 years
EDUCATION
1996/Master of Urban
Planning/University of
California, Irvine
1991/BA/Development
Studies/University of
California, Los Angeles
CERTIFICATIONS
American Institute of
Certified Planners/No.
112796/American Planning
Association
EXPERIENCE
With Psomas for 6 years;
with other firms for 18 years
Sean Noonan, AICP I Environmental Planner
Sean Noonan has 10 years of environmental planning experience and has managed
the CEQA, NEPA, and regulatory permitting processes for numerous roadways,
highways, residential, commercial, and industrial projects throughout California.
Sean has served as Environmental Project Manager for several projects, charged with
developing technical studies, writing CEQA and NEPA environmental documents,
processing projects through Caltrans Local Assistance and Division of Environmental
Planning, obtaining regulatory permits, and maintaining environmental compliance
through final design and project construction.
Experience
► Environmental Planner; Newport Village Mixed -Use Development,
City of Newport Beach, CA
► Project Manager; Central Harbor Blvd Transit Corridor, Orange County
Transportation Authority, Orange County, CA
► Environmental Planner; Intersection Improvements on Hyperion Avenue and
Glendale Boulevard (TOS 004E), City of Los Angeles, CA
► Environmental Planner; Carlsbad Veterans Park, Master Planning and
Environmental Permitting Phase, City of Carlsbad, CA
► Environmental Planner; Lincoln Bridge Multi -Modal Improvements (TOS 27),
City of Los Angeles, CA
► Regulatory Specialist; As -Needed Regulatory Permitting Services, Los Angeles
County Department of Water and Power, Los Angeles County, CA
► Environmental Planner; North Business Park Specific Plan Environmental
Impact Report, City of Westlake, CA
Alia Hokuki, AICP I Environmental QA/QC
Alia Hokuki, AICP, serves as a Senior Project Manager of Environmental Planning
projects. She has over 24 years of experience in environmental and policy planning
field with a focus on environmental impact assessments for public and private
sector clients. Alia's expertise includes the preparation and management of
environmental compliance documents pursuant to CEQA and NEPA, Specific Plans,
land development, and feasibility studies. She has managed a variety of projects,
including institutional, mixed -use, commercial, residential, redevelopment, planned
communities, and infrastructure projects. She has extensive knowledge of CEQA,
NEPA, and planning and zoning law.
Experience
► Project Manager; Newport Village Mixed -Use Development, City of Newport
Beach, CA
► Project Manager; Harbor Pointe Senior Living Project Environmental Impact
Report, City of Newport Beach, CA
► Project Manager; Annandale Canyon Open Space Trail Access Improvements
Project, City of Pasadena, CA
► Project Manager; Magnolia Tank Farm Specific Plan Program Environmental
Impact Report, City of Huntington Beach, CA
► Project Manager; West Alton Parcel Development Plan Environmental Impact
Report, Lowe Enterprises, Inc./County of Orange, Irvine, CA
EDUCATION
1987/PhD/Biological
Sciences/University of
Southern California
1981/MS/Biology/California
State University, Long
Beach
1978/BS/Zoology/California
State University, Long
Beach
EXPERIENCE
With Psomas for 18 years;
with other firms for 23
years
f:111L4L•t91193ZI
2008/MS/European
Archaeology/University
of Edinburgh, United
Kingdom
2004/BA/Anthropology/
California State University,
Los Angeles
CERTIFICATIONS
Registered Professional
Archaeologist/
Register of Professional
Arch aeologists/1512280
Orange County Certified
Archaeologist/Orange
County
EXPERIENCE
With Psomas for 4 years;
with other firms for 13 years
Brad Blood, PhD I Senior Biologist/Regulatory Specialist
Brad Blood, PhD, is a Senior Biologist/Environmental Scientist and Project Manager
with expertise in regulatory compliance related to biological issues including
CEQA/NEPA, the federal and state Endangered Species Acts, federal Clean Water
Act, and the State Fish and Game Code. He is a certified wetland delineator and is
experienced with the State and federal regulations governing wetlands delineation
and permitting. He has experience in designing and conducting field surveys, plant
community mapping, mitigation monitoring and mitigation monitoring programs
for many listed and sensitive species. Brad has performed numerous surveys for
clients in Orange, Los Angeles, San Bernardino, Riverside, Inyo, Mono, Kern, Tulare,
Imperial, Ventura, and San Diego counties.
Experience
► Senior Biologist; East Orange County Water District Tustin Well, Tustin, CA
► Project Manager; Wagon Wheel Creek Restoration Plan,
Orange County Public Works, Orange County, CA
► Senior Biologist; Santa Ana River Animal Control Repair -Phase 2, Orange County
Public Works, Orange County, CA
► Senior Biologist; San Juan Basin Groundwater Management Plan, San Juan Basin
Authority, Orange County, CA
► Senior Biologist; Morningside Golf and Tennis Center Project, Morningside
Retirement Community, Fullerton, CA
► Project Manager; Simi Valley Landfill and Recycling Center Expansion Project,
Simi Valley, CA
Charles Cisneros, RPA I Cultural Resources Manager
Charles Cisneros is a registered professional archaeologist with 17 years of experience
in archaeological assessment and field experience in California and Nevada. He has
directed numerous field projects in support of compliance with CEQA, NEPA, and
Sections 106 and 110 of the National Historic Preservation Act (NHPA). Charles has
managed a wide range of projects involving archaeological survey, testing, data
recovery, monitoring, and laboratory analysis. He is skilled at research and data
management, as well as maintaining and organizing digital and print publications.
His training and background meet the U.S. Secretary of the Interior's Professional
Qualifications Standards for prehistoric and historic archaeology and he is a
California Energy Commission approved archaeologist for desert archaeology.
Experience
► Senior Archaeologist; I-405 Program Management Cultural Services, Orange
County Transportation Authority, Orange County, CA
► Senior Archaeologist; Coto de Caza Lift Station Emergency Storage Basin IS/
MND, Santa Margarita Water District, Coto de Caza, CA
► Senior Archaeologist; Glendale -Hyperion Complex of Bridges Improvement
Project, City of Los Angeles, CA
► Senior Archaeologist; end Street and Pacific Coast Highway Retail Center,
CenterCal Properties, LLC, Long Beach, CA
► Senior Archaeologist; Annandale Canyon Open Space Trail Access Improvements
Project, City of Pasadena, CA
Resources and Responsiveness
With a large contingent of local resources from which
to draw, the Psomas team can respond to whatever
project needs may arise. By managing a balanced client
workload among our staff, Psomas is able to respond
within 48 hours to meet with the City. This keeps the
project momentum moving forward so the Psomas
team is in place and ready to work within days of
receiving a Notice to Proceed.
As Psomas' main point of contact, Joe Boyle will
immediately assign one of our highly qualified task
order managers to the task order request based on
relevant experience and availability. Our managers
have the knowledge and skills required to navigate the
hurdles that may arise during the course of the project.
The Psomas team understands the importance of
meeting deadlines in a timely manner. We commit to
providing adequate staffing based on qualifications
and size of team needed for each task. Being a firm
with over 700 employees, Psomas is the "right size"
firm for this contract —big enough to handle any task
order, but adept enough to provide the City a personal
touch and responsiveness.
Project Delivery
Psomas' approach to project delivery involves a
combination of administrative or management steps
and procedures that ensure the project scope objectives
are met, on time and within budget. The elements
of the project management effort can generally be
identified as communication, project tracking,
schedule control, documentation and quality control.
Joe Boyle and all of our discipline leads have the project
management tools in place to ensure all aspects of the
delivery process are implemented, and the goals and
expectations of the City's staff are met.
Communication
Communication starts with scope negotiation, a
signed contract or work order, and a kick-off meeting,
and continues through the completion of the project.
Open lines of communication between Psomas and
the City and other project stakeholders are critical
for project success. Psomas takes great pride in our
communication protocols and abilities. Our ultimate
goal is to be an extension of City staff, and to ensure
the City's project manager is always up-to-date on the
status of each task, project schedule, and budget.
Several tools are used to ensure open lines of
communication, which can be scaled to fit the project.
Some of these tools include:
► Meet bi-weekly with the consultant team to
maintain momentum and to address conflicts that
may arise
► Schedule regular, monthly meetings with the City
and other affected stakeholders
Include progress reports with invoices to
document progress
Project Tracking
Psomas recognizes the need for tracking project
budgets along with progress in order to minimize the
risk of overruns. Each week, our project managers
receive project summary reports detailing hours
charged and costs for that particular period and for
the projects to date. On our monthly invoices, clients
are provided with the hours and costs charged to jobs
for that month, and a budget summary that shows the
amount spent to date and the amount remaining. Work
schedule modifications can be made to keep the project
on track.
Schedule Control
For each project, Psomas develops and maintains a
project schedule that identifies key milestones and
critical path items. The schedule is frequently updated
and shared with the project team and stakeholders. To
ensure the project remains on schedule, the following
strategies are used:
► Constant communication with the City's project
manager to identify critical items
► Quick response to design questions, field issues,
and other requests
► Commitment to respond within 24 hours
► Monitoring of the project schedule to compare
progress versus plan
► QA/QC verification of subconsultant products and
progress
► Sharing of design files, meeting notes, and other
documents on Psomas' ProjectWeb to ensure
all team members are using the most recent
information
Using these tools, Psomas is able to maintain
the project schedule by monitoring time -critical
items such as agency/stakeholder review periods,
utility relocations, right-of-way acquisitions, and
environmental permitting issues.
Documentation
The Psomas Team members have a wealth of
experience delivering projects for local agencies that
use local, state, and federal funds. Psomas' document
control management policies ensure files are complete
and accurate and meet the requirements of clients.
Our typical monthly project progress reports include
the status of deliverables, utility and outside -agency
efforts, cost and schedule snapshot and analysis, and
issues discussion and recommended resolution actions.
These monthly progress reports will be tailored to the
needs and desires of the City.
Quality Assurance/Quality
Control
Psomas has responsibility for the accuracy and
completeness of the maps, plans, reports, calculations,
and construction cost estimates under its scope of
work and will meet that responsibility through the
implementation of a quality assurance plan. Our QA/QC
Program is based upon the belief that "Nothing is more
important than design quality."
The individuals responsible for our Quality Control
Program (QCP) are the Project Manager, Quality
Assurance Manager, and Quality Control Manager.
Our QCP will be implemented over the duration of the
project and is not merely a series of individual events/
plan checks at a few points on the schedule. There are
three major stages in our QCP:
► Quality Assurance — Are we doing the right
things?
► Quality Control — Are we doing things right?
► Post -Completion Quality Evaluation — What can
we do better?
Couple the three stages with a robust training
program, and you have a staff with the experience,
expertise, and the QA/QC tools to ensure a quality
product every time.
In the quality planning stage Psomas uses the kick-
off meeting to determine your QCP expectations. Our
Quality Assurance/Quality Control Managers will then
develop a work plan with our Project Manager based
upon the City's input, the schedule, and the budget.
The work plan identifies specific work products and
establishes a set of relevant measures and standards of
quality for each task that may result from this on -call
contract.
Once work on the project begins, we move on to
the quality control stage. In this stage we track the
execution of the work plan, review our designs and
work products, and communicate with the client
and team members. We provide project information
through our cloud -based file sharing tools, allowing
all team members to monitor the progress of our work
plan. In this stage, the Quality Assurance/Quality
Control Manager also facilitates detailed technical
reviews of our field work and design, and those of
all team members, to ensure they meet the quality
standards defined in the quality planning plan. This
review is continuous throughout the life of the project
and ensures a smooth process and buildable final
product with minimal change orders.
EXHIBIT B
SCHEDULE OF BILLING RATES
PSOMAS Page B-1
EXHIBIT B
SCHEDULING OF BILLING RATES
ON -CALL CIVIL ENGINEERING
Project Director/Principal-in-Charge .......................
$290
Contract Manager/Project Manager ...........................
$265
Project Manager II ..........................................................
$250
Assistant Project Manager ..............................................
$210
Senior Project Engineer .................................................
$205
Project Engineer/Traffic Engineer .................................
$190
Civil Engineering Designer ...........................................
$155
Assistant Civil Designer .................................................
$130
Design Engineer II............................................................
$130
Design Engineer I.............................................................
$105
Survey Senior Project Manager ......................................
$260
Survey Project Manager/Manager .............................
$210
Survey Senior Project Surveyor, PLS ........................
$195
Project Surveyor, PLS.....................................................
$185
Surveyor, PLS or LSIT..................................................
$175
Survey Technician...........................................................
$150
GISManager.......................................................................
$260
GIs Technician....................................................................
$85
Senior CAD Technician ..................................................
$165
CAD Technician.................................................................
$140
Land Use Entitlement Manager ...................................
$275
Plan Reviewer...................................................................
$190
PermitTech I.....................................................................
$170
Permit Tech II.....................................................................
$150
ADA Compliance/Access Specialist ..............................
$190
Senior Environmental Project Manager ...................
$230
Environmental Project Manager ...............................
$165
Environmental Analyst ....................................................
$135
Cultural Resources Manager ........................................ $150
Cultural Resources Technician......................................$95
Biological Resources Manager......................................$210
Regulatory Permitting Manager ................................
$205
Senior Restoration Ecologist...........................................$165
Senior Biologist................................................................
$160
Biologist...............................................................................
$130
Senior GIS Analyst............................................................
$150
Technical Writer................................................................
$100
Planner...................................................................................
$170
Senior Resident Engineer ..............................................
$225
Resident Engineer II ................................................ I.......
$205
Resident Engineer I .........................................................
$185
Senior Structures Representative ..............................
$225
Structures Representative II .........................................
$205
Structures Representative I.........................................$185
Senior Construction Manager ......................................
$220
Construction Manager II ...............................................
$200
Construction Manager I .................................................
$180
Senior Inspector ............................................. ...................
$200
Inspector...............................................................................
$185
Scheduler.. ............................................................................
$170
Office Engineer....................................................................$160
Labor Compliance.............................................................$125
Project Assistant/Administration ...............................
$125
Engineering Assistant, Intern .......................................
$110
Administrative Support ..................................................
$95
Standard computer and technology costs are incorporated into these hourly rates, as
well as direct labor, overhead, fringe benefits and fee.
Rates include miscellaneous related costs: vehicle, cell phone, digital camera, and
standard tools and equipment.
The following items require prior written authorization from the City:
All other direct expenses will be billed at cost.
The above schedule is for straight time. Overtime for Construction
Management/Inspection and Surveying services will be charged at 135 percent of
the regular hourly rate. Sundays and holidays will be charged at 170 percent of the
regular hourly rate.
Minimum of four (4) hours will be charged per field crew deployment. Prevailing wage
will be paid on all projects where field staff are providing services.
A shift which commences after 2:OOpm or before 4:00am, during any 24-hour period,
commencing at 12:01 am is subject to a 12.5 percent differential.
► Survey and other specialty equipment will be charged at a per unit per day rate.
► Expert witness testimony is two times the normal rate.
► Per Diem is calculated at current State Department of Transportation rates (or
other appropriate agency rates).
► Mileage at $0.575 per mile (or current IRS allowable rate) and parking expenses incurred
by office employees are charged at cost.
► Prints, plots, messenger service, subsistence, air travel, and other direct expenses will
be charged at cost plus five percent.
► The services of outside consultants will be charged at cost plus five percent.
► Surveying Services
• One -Person Survey Party .......................................... $250
• Two -Person Survey Party ......................................... $350
• Three -Person Survey Party ...................................... $420
• Field Supervisor............................................................ $190
• Hourly rates for field survey parties include normal usage of field
equipment and are fully equipped rates.
• Hourly Rates for field services increase on October 1 of every year and are
subject to prevailing wages per California Department of Industrial
Relations Determination LA-2020-1, and include normal usage of electronic
distance measuring equipment and survey vehicle expenses.
• Per Diem is calculated at current State Department of Transportation
rates (or other appropriate agency rate).
► Special Equipment and Other Costs
• $250.00 per day— 3D Laser Scanner (Static)
• $5,000.00 per day — 3D Laser Scanner (Mobile Mapping System)
• Standard computer and technology costs are incorporated into the hourly
rates shown above.
Note: No travel expenses or mileage shall apply for travel within Orange County, or for
Consultant's personnel and agents' travel to and from that person's primary worksite.
EXHIBIT C
INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
1. Provision of Insurance. Without limiting Consultant's indemnification of City, and
prior to commencement of Work, Consultant shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Consultant
agrees to provide insurance in accordance with requirements set forth here. If
Consultant uses existing coverage to comply and that coverage does not meet
these requirements, Consultant agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Consultant shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least One Million Dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury
by disease in accordance with the laws of the State of California, Section
3700 of the Labor Code.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Consultant shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than One Million Dollars ($1,000,000) per
occurrence, Two Million Dollars ($2,000,000) general aggregate. The
policy shall cover liability arising from premises, operations, personal and
advertising injury, and liability assumed under an insured contract
(including the tort liability of another assumed in a business contract).
C. Automobile Liability Insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Consultant
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than One Million Dollars ($1,000,000)
combined single limit each accident.
PSOMAS Page C-1
D. Professional Liability (Errors & Omissions) Insurance. Consultant shall
maintain professional liability insurance that covers the Services to be
performed in connection with this Agreement, in the minimum amount of
One Million Dollars ($1,000,000) per claim and Two Million Dollars
($2,000,000) in the aggregate. Any policy inception date, continuity date,
or retroactive date must be before the Effective Date of this Agreement
and Consultant agrees to maintain continuous coverage through a period
no less than three years after completion of the Services required by this
Agreement.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation
against City, its City Council, boards and commissions, officers, agents,
volunteers and employees or shall specifically allow Consultant or others
providing insurance evidence in compliance with these requirements to
waive their right of recovery prior to a loss. Consultant hereby waives its
own right of recovery against City, and shall require similar written express
waivers from each of its subconsultants.
B. Additional Insured Status. All liability policies including general liability,
excess liability, pollution liability, and automobile liability, if required, but
not including professional liability, shall provide or be endorsed to provide
that City, its City Council, boards and commissions, officers, agents,
volunteers and employees shall be included as insureds under such
policies.
C. Primary and Non Contributory. All liability coverage shall apply on a
primary basis and shall not require contribution from any insurance or self-
insurance maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation (except for nonpayment for which ten
(10) calendar days' notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Consultant shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along with
a waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. Insurance
certificates and endorsement must be approved by City's Risk Manager
prior to commencement of performance. Current certification of insurance
shall be kept on file with City at all times during the term of this
Agreement. The certificates and endorsements for each insurance policy
PSOMAS Page C-2
shall be signed by a person authorized by that insurer to bind coverage on
its behalf. At least fifteen (15) days prior to the expiration of any such
policy, evidence of insurance showing that such insurance coverage has
been renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Consultant shall, within ten (10) days after receipt of
written notice of such cancellation or reduction of coverage, file with the
City evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. City reserves the right to require complete, certified copies of
all required insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Consultant sixty (60) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Consultant, City and Consultant may renegotiate
Consultant's compensation.
C. Right to Review Subcontracts. Consultant agrees that upon request, all
agreements with subcontractors or others with whom Consultant enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Consultant shall require and verify that
all subcontractors maintain insurance meeting all the requirements stated
herein, and Consultant shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 04 13.
D. Enforcement of Agreement Provisions. Consultant acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Consultant of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the
Consultant maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits maintained
by the Consultant. Any available insurance proceeds in excess of the
specified minimum limits of insurance and coverage shall be available to
the City.
PSOMAS Page C-3
F. Self -insured Retentions. Any self -insured retentions must be declared to
and approved by City. City reserves the right to require that self -insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
G. City Remedies for Non -Compliance. If Consultant or any subconsultant
fails to provide and maintain insurance as required herein, then City shall
have the right but not the obligation, to purchase such insurance, to
terminate this Agreement, or to suspend Consultant's right to proceed until
proper evidence of insurance is provided. Any amounts paid by City shall,
at City's sole option, be deducted from amounts payable to Consultant or
reimbursed by Consultant upon demand.
H. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Consultant's performance under this Agreement, and that involve or may
involve coverage under any of the required liability policies. City assumes
no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to
involve City.
Consultant's Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the Work.
PSOMAS Page C-4
�EWPoRT
City of Newport Beach
of ,;
Insurance Compliance
PO Box 100085 - FV
C9F00.NP
Duluth, GA 30096
April 1, 2022
PSOMAS
3 Hutton Center Drive, Suite 200
Santa Ana, CA 92707
Reference Number: 8170-1
This Account has moved from non -compliant to COMPLIANT status and currently in compliance for
certificate of insurance requirements.
As of the date above, your insurance meets City of Newport Beach insurance requirements. We appreciate your efforts
and those of your insurance agent in working with our insurance representatives.
Please call us at (951) 766-2285 if you have any questions.
Sincerely,
City of Newport Beach
Compliant Notice [CA1]
Balancing the Natural and Built Environment
May 24, 2023
Mr. Mike Sinacori, Assistant City Engineer
CITY OF NEWPORT BEACH
Public Works Department
100 Civic Center Drive
Newport Beach, CA 92660
Submitted via email to: msinacori(&newportbeachca.gov
Re: Task Order Proposal for Newport Center Recycled Water Expansion Feasibility Study
Dear Mr. Sinacori:
We are submitting this proposal for preparing a feasibility study for the expansion of the City's recycled
water system to serve Newport Center as requested by the City via email on May 4, 2023.
Our detailed Scope of Work is attached along with a fee estimate showing proposed work effort broken
down by task and staff level. Based on our proposed scope and level of effort, we would propose a total fee
of $18,430. However, that fee includes an optional Task 6 to prepare a Technical Memorandum documenting
the assumptions and conclusions. The optional task would only be prepared if Psomas receives authorization
from the City after completion of the preceding tasks and the total fee would be reduced to $13,800.
Fees for this work would be invoiced on a time and materials basis in accordance with our on -call contract
with the City. We would estimate that the entire work effort could be completed in approximately 8 weeks
following receipt of a notice to proceed, assuming a one -week turnaround for City review and comment on
each of the draft technical memorandum.
If you have any questions or we can provide additional information, don't hesitate to call me on my direct
line (714) 481-7979 or my cell (949) 683-5812.
Sincerely,
PSOMAS Authorized by City of Newport Beach:
Signature4,4,P — &�__ tic �.�cc�c-eu
Name Michael f Sinacori
Michael D. Swan, P.E. Title Assistant City Engineer
Vice President Date May 25, 2023
Senior Project Manager
Approved by:� 5 Hutton Centre Drive
Attachment — Scope of Work, Fee Estimate —Suite 300
TAS Santa Ana, CA 92707
5/25/23 Tel 714.751.7373
On -call 8170-2 Fax 714.545.8883
7019052-811008 www.Psomas.com
$18,430
Newport Center Recycled Water Feasibility Analysis
Scope of Work
1. Based on annual supply of approximately 300 acre-feet per year (AFY), determine corresponding
maximum day and peak hour demand.
2. Based on acceptable velocity ranges for peak hour flow, develop preliminary pipe sizing for
single supply line from recycled water source supply, which is booster pump station (RWBPS)
along Santa Barbara Drive. Similarly size the loop in Newport Center Drive, the separate leg in
San Miguel to MacArthur Blvd and the separate leg in Newport Center Drive to Coast Hwy.
3. Prepare base map in GIS showing proposed conceptual pipe network with sizes and submit to
City for review. Consider potential pipeline sizing for a phased expansion of supply from
Jamboree through RWBPS to serve future use areas such as Irvine Terrace Park.
4. Meet in field with City staff to review existing RWBPS and discuss potential options for
upgrading capacity of Station. Discuss existing capacity of RWBPS in terms of flow and pressure
and proposed additional flow from this project.
5. Based on consensus on potential RWBPS solution and pipeline network sizing, develop ROM
capital cost estimate for proposed recycled water system.
6. Optional: Document analysis assumptions and conclusions along with system map and cost
estimates in a draft technical memorandum and provide to City for review and comment. Finalize
tech memo based on comments.
Fee Estimate
Task No.
-
�Task �•Labor
Meetings, Project Management, QA/QC
Sr. Proj.
2
Sr. Proj. Proj.
4 0
Admin.
1
Total
7
$1,510
1
Determine ADD, MDD and PHD
1
6
0
0
7
$1,535
2
Conceptual Pipe Network Sizing
2
6
0
0
8
$1,810
3
Prepare Draft and Final Base Map of Proposed RW System
1
2
12
1
16
$2,975
4
FieldTrip/Mtg. re: RWBPS
3
4
0
0
7
$1,665
5
Develop ROM Quantities and Cost Estimate
3
4
12
41
23
$4,305
6
Optional: Draft and Final Tech Memo Documentation
21
16
4
0
22
$4,630
Totals
1 141
42
28
6
90
$18,430
Totals without Optional Task 61
121
26
24
6
68
$13,800
Balancing the Natural and Built Environment
September 28, 2023
Mr. Patrick Arciniega, PE
Senior Civil Engineer
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, CA 92660
Submitted via email to: PArcienega(c)-newportbeachca.gov
Subject: Design Services Proposal for Replacement of 15" Sewer Main in Via
Lido
Dear Mr. Arciniega:
We appreciate the opportunity to submit this proposal for preparation of plans,
specifications and estimates for replacement of approximately 550 lineal feet of 15"
sewer main in Via Lido between Newport Boulevard and Via Oporto within the City of
Newport Beach, per the attached conceptual exhibit. The proposed 15" VCP sewer
main will replace an existing 15" VCP sewer main (c. 1929) currently located primarily
within raised medians. The existing sewer lines and manholes will be abandoned in
place to minimize impacts to the raised median. It has been noted sewer manhole
MHF01_001 is located within the raised median and therefore will require some removal
and replacement of the raised median to construct the connection. In addition to the
new pipelines, Psomas will include new manholes, and reconnections into existing
sewer main and/or laterals.
Psomas will design and detail all connections of existing sewer lines to the proposed
pipeline replacement, including new connections into the existing manholes in Newport
Blvd., Via Lido, and Via Oporto.
-401iel9w1ei"
The following scope of work items listed below are included in our project fee estimate
except where noted.
Task 1 — Project Management and Meetings
Our project manager will coordinate with City staff as necessary to
manage and execute the project in a timely manner.
5 Hutton Centre Drive
Suite 300
Santa Ana, CA 92707
Tel 714.751.7373
Fax 714.545.8883
www.psomas.com
Mr. Patrick Arciniega
Design Services Proposal for Replacement of 15" Sewer Main in Via Lido
Page 2
September 28, 2023
Task 2 — As -Built and Utility Research
Task 2.1: Records and Utility Research — Psomas will review the City's infrastructure
record maps and drawings and prepare letters addressed to all third -party utilities within
the project area through Underground Service Alert for the City's distribution to obtain
available utility plans. Based on preliminary research, Dig Alert results indicate the
following third -party utilities may be within the project limits:
• AT&T California • MCI (Verizon • OCSD • SCG
Business) Transmission
• AT&T Long • OCPW • SCE • Spectrum
Distance
Task 2.2: Topographic Survey and Base Mapping — Survey topographic mapping will
be conducted via conventional survey using traffic control per WATCH manual
standards. The survey limits are highlighted in the attached Exhibit 2 to avoiding impact
to eastbound traffic lanes, at a maximum of 25-ft cross-section intervals. The width of
collected topo will generally be between the northerly curb face and southerly raised
median curb face (to include median). Horizontal control will be relative to the North
American Datum of 1983 (NAD83), with coordinates based on the California Coordinate
System (CCS83, Zone VI) based on the Orange County horizontal control network's
latest adjustment. Vertical control will be based on the County of Orange benchmark
system, relative to the North American Vertical Datum of 1988 (NAVD88), current
adjustment.
The topographic mapping would include, at a minimum, the collection of the following
features:
• Top of curb
• Surface -visible utilities in sidewalk
and street
• Pavement striping
• Drainage structures
• SD and SS manholes with inverts
• Catch basins with inverts
Psomas will tie-in centerline monuments within the project's limits to establish the same.
Monuments at centerline intersections, angle points and/or points of curvature will be
tied in and noted as to what was found. Crossing street centerlines will be established at
record map angle.
Task 2.3: Site Investigation — Psomas engineering staff will conduct a field
reconnaissance visit to verify existing utilities and proposed sewer alignments. Upon
return to the office, the utility base file will be updated to reflect field conditions.
Mr. Patrick Arciniega
Design Services Proposal for Replacement of 15" Sewer Main in Via Lido
Page 3
September 28, 2023
Task 3 — Design Phase Services
Design Phase Services include preparation of design plans, specifications and
engineer's estimate of probable costs for construction of the new 15" sewer main and
appurtenances.
Task 3.1: Prepare 90% Submittal — Psomas will prepare 90% submittal design plans
on 24"x36" sheets of the proposed sewer pipeline. Plans will include substantially
complete annotation, profile, details, construction notes, and temporary traffic control
plans. Contract specifications will follow the City's standards and be prepared using City
provided "Front End" document templates in Microsoft Word. A summary of anticipated
construction plan sheets is provided in the table below.
After our submittal and City's review, we will meet via video conference or in person to
discuss any comments on the 90% submittal.
Sheet
Number
Description
1
Title Sheet
2
Sheet Index, Vicinity Map, and Sheet Index
Maps
3
General Notes, Basis of Bearings, and
Benchmark
4
Plan and Profile, Scale: 1 " = 20'
5
Plan and Profile, Scale: 1 " = 20'
6
Manhole Connection Details
Temporary Traffic Control Plans
Deliverables: Electronic Copy (PDF) of the 90% Design Plans, Specifications and
Preliminary Engineer's Estimate of Probable Construction Costs.
Task 3.2: Prepare Final Submittal — We will address the 90% submittal review
comments and prepare the Final Submittal. Plan sheets will be on 24"x36" and include
complete annotation, profile, details, construction notes, and temporary traffic control
plans. We will also prepare final specifications and a final itemized engineer's estimate
of probable construction costs.
Mr. Patrick Arciniega
Design Services Proposal for Replacement of 15" Sewer Main in Via Lido
Page 4
September 28, 2023
Deliverables: Electronic Copy (PDF) and full-size hard copy of signed Final Design
Plans, specifications, and Engineer's Estimate of Probable Construction Costs.
Exclusions:
The following items are not included in this scope but can be added as additional
services, if required and/or requested:
• Geotechnical Investigation
• Pothole Investigation (it is noted that the existing sewer is approximately 10 feet
deep, and the new alignment will need to be that same depth so it should go
under any existing utilities)
• Permitting Coordination and Permitting Fees
• Temporary sewer bypass plans (awarded contractor will prepare submittal for the
City's review and approval)
• Bid Phase Services
• Construction Phase Services
• Record Drawings
• Right of way or property acquisitions
• Pre -Construction Corner Records or Record of Survey
• Review of title reports
• Encroachment Permit Cost
• Temporary stripping/traffic signal modifications
• Street closure/detour plans
PROJECT SCHEDULE
It is understood the City desires to have construction of this project completed by Spring
2024 and therefore final construction documents need to be completed by December
13, 2023. We have reviewed our workload and feel confident we can meet the City's
deadline with the proposed attached schedule. For the schedule, we have included the
following assumptions:
• Notice to Proceed will be provided no later than October 2, 2023.
• Utility as -built records will be received 1-week after preparation of third -party
utility letters.
• One -week City review period for milestone submittals.
Mr. Patrick Arciniega
Design Services Proposal for Replacement of 15" Sewer Main in Via Lido
Page 5
September 28, 2023
FEE
Psomas proposes to complete the Scope of Work on a time and materials basis as a
task order to our current on -call contract and as detailed in our attached fee proposal,
for the amount of $67,700.
Again, we appreciate the opportunity to present a proposal for this work and look
forward to discussing it with you in further detail. Our proposal is a firm offer for 90 days
from the date of this letter. Please do not hesitate to contact either of us (Maira at
(714) 481-8008 or Mai ra.Salcedo(a-)-Psomas.com or Mike at (714) 481-7979 or
mswan psomas.com) with any questions.
Respectfully, Approved by:
P OMAS TGS
09/29/2023
8170-2
22S03-DESIGN-711-U NAS
Maira alcedo, PE $67,700.00 Michael D. Swan, PE
Vice President -7FET- Vice President
Attachments: Detailed Fee, Exhibit 1 (Conceptual Alignment), Exhibit 2 (Survey limits), and
Design Schedule
If you concur with the above recommendations, please sign below to acknowledge
authorization for these services:
❑ Design Cost for Replacement of 15" Sewer $67,700.00
City of Newport Beach: Psomas:
Signature:
Name (Printed): Michael J. Sinacori, P.E.
Title: Assistant City Engineer
Date: September 29, 2023
Signature:
Name (Printed):
Maira Salcedo,
Title: Vice President
Date: September 28, 2023
City of Newport Beach
Design Services Proposal for Replacement of 15" Sewer Main in Via Lido
PSOMAS Fee Schedule
U
� �
a
+
L
�_
R
C
N
N
tll
C
_
C
(n W
R
C
y
0 Of
y
U
W
OI
W
N
N
Q
O
O C
N
LL
F
4)M
0
0
>
2
N>
o
H
a
m
U U
u o
a
c
Z
IL
a
i3
a?
a
m
m16 t
F-
2 20
� F
x
w
~
Hourly Rates
$265
$190
$155
$200
$125
Task 1: Project Management and Meetings
1.1
Project Management
8
4
0
0
2
14
$3,130
$0
$0
$3,130
1.2
Kickoff Meeting
2
3
0
0
0
5
$1,100
$0
$0
$1,100
1.3
Submittal Review Meeting (One Meetings)
2
3
0
0
0
5
$1,100
$0
$0
$1,100
Total Task 1
12
10
0
0
2
24
$5,330
$0
$0
$5,330
Task 2: As -Built, Utility Research, and Investigations
2.1
Records and Utility Research
0
4
0
0
16
20
$2,760
$0
$0
$2,760
2.2
Topographic Survey and Base Mapping
0
0
0
59
0
59
$11,800
$0
$0
$11,800
2.2
Site Investigation
0
8
12
0
0
20
$3,380
$0
$50
$3,430
Total Task 2
0
12
12
59
16
99
$17,940
$0
$50
$17,990
Task 3: Design Phase Services
3.1
Prepare 90% Submittal (PDF Submittal Only)
13
28
64
0
32
78
$22,685
$9,500
$0
$32,185
3.2
Prepare Final Submittal (PDF and Hard Copy Submittal)
4
10
17
0
12
43
$7,095
$5,000
$100
$12,195
Total Task 3
17
1 38
1441
121
$29,780
$14,500
$100
$44,380
TotalGrand
.i
93
59
62
244
$53,050
$14,500
$150
$67,700
PAGE 1 OF 1
Y�
w� MHF01_007 yq
(� s..ptto �4
iF01_024 CN vc r74 [rr, ,
6 LHF01_023 70 •A �b14
I � h MHF01 �fi �
LJHF0,1_10
7 7g.y 'IFHTIJ 51
MCA M'�ryti I`'�.
n
G ]r.�
+' 2 �MHF01 003 !
io O
Ce
� 4� y` � vi�� ay � - � r�G� a MHF01►p04
-
�.. p
01 611- M` M
� 145a8F:VCP CNB .01012 MP M � �•, �
r.ea. o N
A
- "�r` y�ry ] L'HF01_018 U • Cj� �C
FHCO?SS5
kr
•J N
�' v MHF01 010
M ! MHF01_009
NEuIV,5
N E W P O R T B E A C H
D
U �
�gc,Foa�'e-
PVC k
H 0%112299 ,%� h3�
Disclaimer:
Every reasonable effort has been made to assure the
accuracy of the data provided, however, The City of
Newport Beach and its employees and agents
0 100 200 disclaim any and all responsibility from or relating to
any results obtained in its use.
1111111110
Feet
9/21 /2023
/26/23, 12:4 PM
wport Blvd & Via Lido - Google Maps
Go gle MapNewport Blvd & Via Lido
Imagery @2023 Airbus, Map data @2023 Google 20 ft
https://www.googIe.com/maps/place/Newport+Blvd+%26+Via+Lido,+ wport+Beach,+CA+92663/@33.6183521,-117.9288545,129m/data=!3m1!1 3!4m6!3m5!1sOx80dd20067d664375:Oxef4034854a9... 1/1
CITY OF NEWPORT BEACH
DESIGN SERVICES PROPOSAL FOR REPLACEMENT OF 15" SEWER MAIN IN VIA LIDO
PROJECT SCHEDULE ALTERNATIVES
Task Name
Start
Duration
Finish
2023
Sep
Oct
Nov
Dec
0 days
Mon 10/2/23
10/2
Notice to Proceed Mon 10/2/23
Meetings
Fri 10/6/23
Wed 11/22/23
33 days
Kick Off Meeting
Fri 10/6/23
Fri 10/6/23
10/6
0 days
90% Submittal Review Meeting
Wed 11/22/23
0 days
Wed 11/22/23 ♦
11 22
Utility Information Requests
Mon 10/9/23
7 days
Tue 10/17/23
90% Design
Thu 10/5/23
35 days
Wed 11/22/23
Topographic Survey
Thu 10/5/23
10 days
Wed 10/18/23
Prepare 90% Submittal
Thu 10/19/23
15 days
Wed 11/8/23
I
Traffic Control Plans
Thu 10/19/23
20 days
Wed 11/15/23
Submit 90% Submittal
Wed 11/15/23
0 days
Wed 11/15/231
1 1j
15
City Staff Review
Thu 11/16/23
5 days
Wed 11/22/23
Final Design
Thu 11/23/23
7 days
Fri 12/1/23
Prepare 100% Submittal Thu 11/23/23 7 days
Fri 12/1/23
Traffic Control Plans
Thu 11/23/23
7 days
Fri 12/1/23
Submit Final (100%) Submittal
Fri 12/1/23
0 days
Fri 12/1/23
12/1
Note: Duration is in working days
Task .............
Summary Subconsultant (TCP) MONEZEMEM
Milestone or Meeting ♦
City Review or Task
Thu 9/28/23
Balancing the Natural and Built Environment
August 2, 2022
Mike Sinacori, PE
Assistant City Engineer
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Subject: Proposal for Professional Engineering Design Services
Balboa Main Replacement Project
Dear Mr. Sinacori:
Pursuant to your request and meeting held on July 28, 2022, we are pleased to submit for your
consideration a proposal to provide professional engineering design services for replacement of
various water mains as part of our On -call Professional Services Agreement with the City of
Newport Beach (City), dated July 26, 2022. The proposed water main replacements are located
on Balboa Island as highlighted on the attached Exhibit A and per the following:
Plan
Sheet
Limits
Approx. Linear
Footage
New Pipe
Dia./Type
Alley East of Onyx Avenue from Bay
Front AlleyN. to Park Avenue
1,000-ft
12" PVC
Alley East of Abalone Avenue from
Balboa Avenue to Bay Front Alley S.
820-ft
6" PVC
Bay Front Alley S. from Grand Canal to
Crystal Avenue
425-ft
6" PVC
It is our understanding that the pipeline plan sheets for these main replacements will be included
as part of an overall main replacement project. The following scope of services are based on the
following assumptions:
The following items will be provided by the City
• Topographic survey CAD files
• All required available water main record drawings
• Existing utility information
• PDF set of overall main replacement project
• CAD files for the title block and construction notes
5 Hutton Centre Drive
Suite 300
Santa Ana, CA 92707
Tel 714.751.7373
Fax 714.545.8883
www.psomas.com
2. Water pipelines are to be replaced in the same location and alignment as the existing water
pipeline.
3. Plan sheets will have plan view only. No pipeline profiles will be prepared.
4. Plans sheets will be part of an overall main replacement project plan set. Title and general
plan sheets will be prepared by the City.
�Selou Eel Zzi 4 WA Eel �
Scope of Work
We propose the following scope of work for the subject project. All scope items listed below are
included in our project fee estimate except where noted.
Task 1 Project Management and Meetings
Our project manager and project engineer will conduct a kick-off meeting with City staff. We will
review the scope of work and obtain any additional plans, record maps and drawings, or utility
information not already received. Our Project Manager will prepare the meeting agenda and
provide meeting minutes and action items, following the meeting.
This task also includes attendance at one additional comment review meetings. We anticipate
meeting after the 90% Submittal.
All meetings will be held via Microsoft Teams.
Task 2 Utility Records Research
We will obtain existing water, sewer and storm drain plans through the City's GIS.
Task 3 Prepare 90% Plan Sheets
Task 3.1 Prepare Base Maps
A base map will be compiled using record drawings and through site visits to confirm existing
facilities and configurations of the existing water mains and components. We will reconcile any
discrepancies noted to finalize the base maps for each main replacement segment. Topographic
survey is not a part of our scope of services, and as such, the accuracy of the drawings will be
commensurate with the availability and accuracy of existing records. No elevations will be
included on the plans; however, we will show approximate depths to top of pipe.
Task 3.2 Prepare 90% Plans
Our project team will prepare detailed civil and mechanical drawings in the latest version of
AutoCAD and in accordance with City drafting standards. Each plan sheet will be on 24" x 36"
sheets. The anticipated plans and details will be similar to previous City main replacement
Page 2
replacement projects prepared by Psomas and consistent with the format of the overall main
replacement plan set.
Deliverables: A PDF of the 24"06" drawings
A listing of anticipated construction drawings is provided below.
Plan Sheet
Descriptio
1 ]FAIIey
East of Onyx Avenue from Bay Front Alley N. to Park Avenue
2
FAIley East of Abalone Avenue from Balboa Avenue to Bay Front Alley S.
3 11
Bay Front Alley S. from Grand Canal to Crystal Avenue
Task 4 Prepare Final Plan Sheets
We will address City's 90% design review comments and prepare a PDF of the final signed plans.
Deliverables: One PDF of 24"06" signed drawings
Exclusions
• Topographic survey
• Traffic Control Plans
• Permitting
• Geotechnical investigation
• Pothole investigation
• Construction phase services
PROJECT TEAM
Joseph Boyle, PE, will serve as the QC manager, Nancy Baker, PE as project manager and Joseph
Barrera, PE as project designer. Mr. Boyle, Ms. Baker and Mr. Barrera have worked on previous
projects for the City ((Water Transmission Main (Phase II) Valve Replacement)) and are familiar
with the existing facilities and the City's design standards and requirements. Resumes for each of
these key staff members can be furnished upon request.
PROJECT SCHEDULE
We are prepared to begin work upon receipt of Notice to Proceed and do not see any impediments
to performing the design work in an orderly and expeditious manner. We anticipate a total design
project schedule of approximately 4 weeks.
Page 3
Notice to Proceed 0 weeks
Prepare/Submit 100% Plan Sheets 3 weeks
City Review of 100% Plan Sheets 0.5 weeks
Submit Final Plan Sheets 0.5 weeks
Total Design Period 4 weeks
LABOR HOURS AND FEES
We propose to provide engineering services to complete the work as discussed above on an
hourly basis with the total fee not to exceed $23,425 as summarized in the attached fee table.
If you have any questions, please do not hesitate to contact us.
Sincerely,
PSOMAS
167�
Jos L. Boyle, PE
Senior Project Manager/Vice President
Enclosures: Detailed Fee Proposal
Authorized by City of Newport Beach:
Signature �Gu
Name (Printed) Michael J. Sinacori, PE
Title Assistant City Engineer
Date August 2, 2022
Approved By:
8170-2
23 W 11-Des i gn-7 02-U n a ss i gn e d
9/6/22
TAS
Page 4
c n�M= c-.
vo oy on
ory Iry
-
21
�o
a
30
333'H_ C1 9�
3332�A-�93
28
326 2
331
_
327
326
337
326 (A-D
329
24
325112
325
-3214-1 2
324
325
324
327
325
3
22
323
322
323
3223228
32)
3
20
321321
20-32'0' 2
2 f
320 WD
321
3
pg
319 V2
3f9
31,811
3113
19
G
f9
3TR
31
3
I6 a
3f�
316 7 ?
1I
376 CL
31
3
f •7 G
31�'.P
I
314
1 5
V
314 Q
3T5"7Y2
3
12
313-)
312
Sf3
13
3T2ko
31
1'3313
3
3
313'
3
Id
311
310
11
3 f0
311
3
18
309
3 8,
308 14
308
30
3
16
30
02
30G 8
M30G A
30
33
i4
307
304
305
;2
05
304112
304
305
3
12 k
022 1
3D2 1Y2
303I31
q
[300
d0
010
300
FHC1 a
3
8"
VC
FHC149
B
L'BOX-AVE
I
41
G
FHC1499
2'27
22fi 1
29
�L-1
22fi (A-C
227,1'!2
F.
! •1 112
4
22S
2251215
W
224
22
22
22
2 f12
22:s
22441.
222
W
23 Q
W
222
223a
2
22
0
221 112 221 'I 1
221 Q 221:,
221
Z
2'0"712
220
22 ia
22
8
219 112 2 1 3 i '2
214
21 1;2
M
21'8'7'Y2
21: ! a
IGG 1±2
X 21�
1J1> ' `
21U.Z
219
2
218
7(L
21
22f
217
216
2172
21
4
21.1 � 214 1
27
214 C)
Q
2� s ..
21
21;2
2
131I2
2131
2f2
213
2131:
21
D Q
211
211
T2�
210
21.
211
21
i8112 Zo
3
2091±2
269
ln3 1:2
2Df3
209
208
209
20
6112
207
2!IS
207
206
207
2
2051±2
212
"L• 1:2
204
20d
2.051i2
20
20
i
203�03
202
203
2D5
2d31±2
1 1204
1201
200
200
203
'0 1
202
20
130•1
08201
01 I
if
PARK AVE
8"ACP
FHC]467
8" PVC
1205
1207 127
126 1
[1
127772 1
I
125 112
124 r12
C146�2
12$
12
12S
124
12
12
723-112
123
122'172
.122
123
122'T
122
723
122
�
121 T20
727-7Y2
121
120
121
12
118 112y
•Tg
f2
1'T8'1
1 9 1.2
' fi2a
117
118 U
Q
11
778 U
TIJ
118
116
1'7ry'
117
11fi Q
121:2
flilifi
7112
77
11-4-172's
1T5'V2
114'7Y2n
714
11
114
11s
114
1 11
113
1122'1'12
11 1 12
15
T 1 3
112
)-112
'1)0 172
1 f f 112
11'0'7Y2
f'1
11
1
110
F1+1811W
111 110
as 1;2 Fp Sl '1 9
='
F1❑
1043
8'-ACP
1os
1d ACos
117
106
p N
�4v
N_�9S
N
E W P O R T B E A C H
o
0
200
�1..
U �
�gc,Foa�'e-
Feet
18
31Ti
1
12
10
08
Oa
02M.
z�ia�l�r�6
�
7
n n
�h
24
�•
22322B�� ^,
20 FHC149��
112
112
16 Ly1 n iL
Z
14A +2
-3 "7 23 "0� 1
J w a n�
1 d 112 Q '� �, „�-, ,i�5
m 151 r
Q ABALONE PL '`�
O6'17 nq
6 AGE
3�1
T
8.•PVC
6
FH14�
4 r 1 ._ - y .�
2 223 N222 - -223 1Y2
2?? 23
d 221 221 12- 1 Qrq- �31
223
6 1'91Y2 ?'IY f±2- -2" '12
21 W 213 1
6 21 > 2.1 r. - -219" 52 21 G� ,Z
4 Q 21 W z 4 1 ±2 214
2 2T3 O 212 I 13 2 12
d 211 Q 21[1 '211-77 �1D 112 O►y�r
LZ. r
O B'7Y2 gas a 2f.•3 0 2D8 'pr.Zh1
g 207 2J1; 0 206G 172 ,
'.
4 205 2113 05 204 'faj L �,Lpa
_ 2u2 W Q .�
0 n a - ' n am'
2U3 Qv
Z0M1
Q I
8"ACP Cn 8"ACP .j. FHC1464,
6 72 FH 2 )6 11� �-
2I> �f26 �f 71]S. 127* 5271
4 12 1244 2 12 12$ 125112 tix5"
723 12' 125
T23 722
0 21 120 1 17I 120 121 W
121
1'7'9 7Y
d 77 778 21
f �f9 118 d
Q 71 116 117 116 Q• 117, im 1F
11 115 77 Q 114
1121 114 n
777 112 773 773 'tf2
0-1±2 770
1 11 T11 110 777 j 1T0
1,2 10 106 1n7 70 106112
G
FHC146G _$ 6'106ACP
�o o FHC1 1 FHC1I462
w o c }ev I v
3 BAY F.F�0 T.S.
Disclaimer:
Every reasonable effort has been made to assure the
accuracy of the data provided, however, The City of
Newport Beach and its employees and agents
400 disclaim any and all responsibility from or relating to
any results obtained in its use.
7/99M99
EXHIBIT A
CITY OF NEWPORT BEACH
Balboa Island Water Main Replacement Design Services
Estimated Labor Hours & Fee
PM - Project Manager (Nancy Baker, PE)
QC - Quality Control (Joe Boyle, PE)
PD - Project Designer (Joseph Barrera)
PA - Proiect Assistant
8/2/2022
5eptemt)er 24, LU24
September 30, 2024, Revised
October 1, 2024, Revised
October 8, 2024, Revised
October 10, 2024, Revised
Anna Baldenegro, PE
Associate Engineer
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Balancing the Natural and Built Environment
#15042
8170-2
VIA EMAIL
ABaldenegro@newportbeachca.gov
SUBJECT: Civil Engineering Services for the Concrete Alley Reconstruction at
Assessment District (AD) 124 (Phase 0)
City of Newport Beach On -Call Services
Dear Ms. Baldenegro:
We sincerely appreciate the opportunity to propose on the City's Concrete Alley
Replacement at Assessment District (AD) 124 (Phase 0) project.
Psomas' proposed team for this important project will be led by our Project Manager, Henry
Nguyen, PE, and Project Director, David Luzuriaga, PE. Mr. Nguyen and Mr. Luzuriaga's
recent experience includes serving as Project Manager and Project Director, respectively,
for the City's Alley Restoration (AD-113 Area) and Concrete Alleyway Replacement for
Utility Undergrounding District 116/116B and F Street projects.
We have thoroughly reviewed the City's RFP and possess a comprehensive understanding
of the project's scope. Our approach aligns seamlessly with the outlined requirements, and
our proposed level of effort is tailored to address the challenges presented by this endeavor.
Psomas commits to executing the project on schedule and within budget, with the same
team members listed herein, unless otherwise modified by the City.
5 Hutton Centre Drive
Suite 300
Santa Ana, CA 92707
Tel 714.751.7373
Fax 714.545.8883
F:\Engr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Alley Reconstruction AD 124 (Phase 0)\Balboa Island -Alley AD 124 (Phase 0) www.Psomas.com
Reconstruction_Civil Proposal.docx
Page 2
October 10, 2024, Revised
Concrete Alley Reconstruction at Assessment District 124 (Phase 0)
City of Newport Beach
Please note our proposal is valid for a period of 90 days from the date of submission. We
look forward to working with City staff and the opportunity to provide engineering services to
the City of Newport Beach. Should you have any questions concerning our proposal, please
do not hesitate to contact us.
Sincerely,
David Luzuriaga, PE, QSD/P, ENV SP
Vice President
Authorized by City of Newport Beach
Signature:
Name (Printed):
Title:
Date:
Michael J. Sinacori, P.E.
Assistant City Engineer
October 10, 2024
Henry Nguyen, PE, QSD/P, LEED AP
Project Manager
Approved by:
TGS
10-10-25
8170-2
67502-941006
$69,070
F:\Engr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Alley Reconstruction AD 124 (Phase 0)\Balboa Island -Alley AD 124 (Phase 0) Reconstruction_Civil
Proposal.docx
Page 3
October 10, 2024, Revised
Concrete Alley Reconstruction at Assessment District 124 (Phase 0)
City of Newport Beach
EXHIBIT A
SCOPE OF SERVICES
Concrete Alley Reconstruction at Assessment District 124 (Phase 0)
City of Newport Beach, California
October 10, 2024, Revised
PROJECT UNDERSTANDING
The City of Newport Beach (City) has a planned full -width alley replacement project
located on the Balboa Island, at AD 124. These alleys have been affected by recent City
utility undergrounding projects and need replacement. The plans will be a revision to the
current AD-113 construction documents and not a standalone package. Project limits are
based upon the City provided "Alley Reconstruction AD 124 Phase 0", from Collins Avenue
to the westerly limit of Grand Canal and per the red limits of Figure 1 below.
l 400-F
400-H a
all
ilk
..d lxqr—lru P -Axiom - 10-00-2.
Figure 1- Project Limits
F:\Engr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Alley Reconstruction AD 124 (Phase 0)\Balboa Island -Alley AD 124 (Phase 0) Reconstruction_Civil
Proposal.docx
Page 4
October 10, 2024, Revised
Concrete Alley Reconstruction at Assessment District 124 (Phase 0)
City of Newport Beach
In general, this project includes removing existing concrete alleys, constructing new
concrete alleys, pavement reconstruction at intersecting local streets, reconstructing
deteriorated concrete alley approaches, adjusting utilities to grade, installing street signs
and pavement striping, and performing other appurtenant and incidental items of work as
to complete the work in place. The existing power poles will be protected in place. The
project includes 16 alleys in the District consisting of Alleys 400-A, 400-B, 400-C, 400-D,
400-E, 400-F, 400-G, 400-H and 400-I; portions of Alley 403-B, 404-A, 405-A, 406-A,
407-A, 408-A and 409-A; and along the portions of the intersecting local streets at Coral
Avenue, Apolena Avenue, Amethyst Avenue, Onyx Avenue, Marine Avenue, Ruby
Avenue, Diamond Avenue and Sapphire Avenue. The intersecting local streets will be
detailed and exclude profiles.
The City intends to hire a surveyor to provide Psomas with as built sections every 25-feet
along the alleys to be reconstructed as mentioned above and the project area in AutoCAD
denoting the centerlines, property lines and right of way lines. Psomas will use those
sections for the proposed alley street design denoting elevations of the centerline and each
opposing side of the alley. Psomas has included (1) one site walk in this scope of work
during the design phase to field verify the completeness of the City surveyor's design
survey deliverable for design purposes. If the design survey is incomplete, Psomas will
assist in coordinating the City's surveyor to provide the supplemental design survey
information. We assume the City has already identified deficiencies in their development
of the "Alley Reconstruction AD 124 Phase 0" plan and Psomas will not be required to field
review the current conditions in preparation of the improvement package.
The project schedule, "Exhibit B", outlines the preliminary schedule based upon the City
requested milestone submittals of 90 percent — January 6, 2025, and As-Built/Final Plans
upon construction completion. Assumptions of the City's authorization to proceed are
provided for the civil and surveying scope along with the task duration for City's surveyor to
provide their final deliverable. The project schedule may be revised accordingly after
confirmation of these assumptions.
F:\Engr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Alley Reconstruction AD 124 (Phase 0)\Balboa Island -Alley AD 124 (Phase 0) Reconstruction_Civil
Proposal.docx
Page 5
October 10, 2024, Revised
Concrete Alley Reconstruction at Assessment District 124 (Phase 0)
City of Newport Beach
SCOPE OF WORK
Psomas will provide the following services:
Task 1 -Base Mapping
Research and Data Collection — Psomas will gather and review available information
such as preliminary engineering reports, record drawings, assessor's parcel maps, right-of-
way maps, street centerline ties, and utility maps. Psomas will use the City provided GIS
data in AutoCAD format of the existing wet utilities for background purposes where the GIS
data will be verified with record drawings and updated as needed. The City provided dry
utilities record drawings in PDF format will be plotted in AutoCAD. Psomas will coordinate
with the City's Surveyor to acquire information needed to support the Civil improvement
plans. This task also includes (1) one site walk for our engineers to field verify the design
survey provided by the City's surveyor and limits of proposed work.
Psomas will prepare a base map based on the data provided by the City and results of
research. The base map will include, as a minimum, alley and street centerlines, right- of -
way lines, street address numbers, building footprints, sidewalks, curbs, gutters, pavement
striping, topographic features such as street lights, signs and trees, 1.0-foot contour lines,
and existing utility lines.
Task 2 — Plan Preparation (90% Design and 100% Design/Final Approval)
Construction Plans — Construction drawings will be at a scale of 1 inch = 20 feet, unless
noted otherwise below. For clarity purposes, details may be drawn at a larger scale. As a
minimum, construction drawings will include, a revised Title Sheet, revised Index Sheet,
Typical Sections, Plan and Profile Sheets, Details, Intersection Details and Signing and
Striping Plans. Signing and Striping along with horizontal control will be shown on the Plan
and Profile Sheets. Drawings will be prepared in AutoCAD Civil 3D 2018 and will comply
with City CAD standards. Once design has been completed, Psomas will submit electronic
files of each submittal and final drawings in both AutoCAD and Adobe (PDF) format.
SHEET DESCRIPTION EST. ..
SHEETS
Revised Title Sheet 1
Revised Sheet Index Map 1
Alley Approach Details (16) and Local 2
Intersecting Street Details (8)
Alley Restoration Plan and Profiles 8
TOTAL SHEET COUNT 12
F:\Engr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Alley Reconstruction AD 124 (Phase 0)\Balboa Island -Alley AD 124 (Phase 0) Reconstruction_Civil
Proposal.docx
Page 6
October 10, 2024, Revised
Concrete Alley Reconstruction at Assessment District 124 (Phase 0)
City of Newport Beach
Quantity Takeoffs — Psomas will prepare an itemized quantity takeoff. Quantity back-ups
including bid item quantities per plan sheet will also be submitted with the takeoff. Takeoffs
will be prepared in Microsoft Excel format. This will be an Engineer's Estimate of Quantity
Takeoffs and Contractor is responsible for preparing their own construction estimate for
their purposes. This Engineer's estimate is intended to assist the City in evaluating
Contractor bids.
Progress submittals and/or meetings will be required throughout the design process.
Milestone submittals include:
A. 90 Percent Design — Includes final plans, profile sheets, details and final
quantities estimates prepared and sealed by a California -licensed civil engineer.
Final Plans/As-built Drawings and Project Close Out — Upon completion of
construction, Psomas will prepare as -built drawings based on Contractor mark-ups. As -
built drawings will be submitted in AutoCAD and Adobe (PDF) format. Mylar hard copies
are not required.
Task 3 - Project Management, Coordination and Meetings
Psomas will meet with City staff during the design process to review and discuss progress
and coordinate courses of action. It is anticipated that a maximum of one (1) meeting will be
required including an initial project kick-off meeting, and project submittal meeting at 90%
design submittals.
Psomas will provide project management and coordination between the City, Psomas and
other Project Consultants. Prepare meeting minutes, distribute progress documents, and
review information provided by other Consultants. Compile and coordinate submittal
documents. Monitor and report on project schedule, scope of work and budgets. Maintain
communications with the City relating to development of the project design, technical issues
and decisions, and requests for information from other Team Members or Agencies.
F:\Engr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Alley Reconstruction AD 124 (Phase 0)\Balboa Island -Alley AD 124 (Phase 0) Reconstruction_Civil
Proposal.docx
Page 7
October 10, 2024, Revised
Concrete Alley Reconstruction at Assessment District 124 (Phase 0)
City of Newport Beach
The following items are excluded in this proposal:
• Plan check fees (will be the responsibility of the client).
• Geotechnical Engineering, Landscape, Lighting & Electrical Engineering Services
• Utility Design Services (No relocations are anticipated)
• Hydrology and Hydraulics Analysis
• Water Quality Management Plan
• Storm Water Pollution Prevention Plan
• Survey and/or Mapping Services
• Phasing Plan
• Preparation of cross sections
• Utility Coordination
• Special Provisions- Already prepared as part of AD-113
• Construction Support Services
• Horizontal Control Plan Sheet
• Signing and Striping Plan Sheet
F:\Engr Group\Engr Clerical\PROPOSALS\City of Newport Beach\Alley Reconstruction AD 124 (Phase 0)\Balboa Island -Alley AD 124 (Phase 0) Reconstruction_Civil
Proposal.docx
P S 0 M A S City of Newport Beach
Alley Reconstruction (AD-124 Area)
10/8/2024, Revised
JL
QA/QC Project Project
WORK BREAKDOWN STRUCTURESTAFF
DESCRIPTION Manager Manager Engineer
'I
1.0 Base Mapping
Design
Engineer
4
ProjectTOTAL
Assistant
I
HOURS
TOTAL
DOLLARS
Research and Data Collection
2
12
16
30
$4,930
Assess City Provided Design Topography
8
12
20
$3,200
(1) Site Walk
4
4
8
$1,380
Prepare Base Map from Available Data
16
24
40
$6,400
Sub -Total:
6
36
56
98
$15,910
2.0
90% Design
Prepare 90% Construction Plans
8
32
88
128
$20,040
Quantity Takeoffs
8
24
32
$4,880
QA/QC and Submittal Prep
6
8
24
12
50
$8,960
Sub -Total:
6
16
64
112
12
210
$33,880
2.1
Final Plans/As-Built Drawings
Prepare Final Plans
4
4
12
6
26
$4,720
Prepare As Built Drawings and Project Close Out
4
4
10
18
$2,980
Sub -Total:
4
8
16
10
6
44
$7,700
3.0
Project Management, Coordination and Meetings
Project Management and Coordination
32
12
4
48
$9,280
Meetings and Prep - 3 meetings
(kickoff, 1 submittal mtg and 1 design meeting)
6
3
9
$1,800
Sub -Total:
38
15
4
57
$11,080
999
ODC
$500
rjm,bursables
Total:
$50C
PSOMAS
ITask Name
ID
1 90% Design
2 Notice to Proceed -Civil
3 Notice to Proceed -Survey
4 Design Topography
5 Kickoff Meeting
6 Research and Data Collection
7 Base Mapping
8 Site Walk
9 Design Meeting
10 Prepare 90% Plans
11 Prepare Quantities
12 QA/QC
13 90% Design Submittal
14 City Review/Final Approval
Exhibit "B"
Alley Restoration (AD-124)
October 8, 2024, Revised
Duration Start Finish Predecessors Qtr4, 2024
85.5 days
Mon 9/30/24
Mon 1/27/25
6 days
Tue 10/8/24
Tue 10/15/24
7 days
Mon 9/30/24
Tue 10/8/24
5 wks
Wed 10/9/24
Tue 11/12/24
3
0 days
Tue 10/15/24
Tue 10/15/24
2
1.5 wks
Wed 10/16/24
Fri 10/25/24
5
1.5 wks
Wed 11/13/24
Fri 11/22/24
6,4
1 day
Fri 11/22/24
Mon 11/25/24
7
0 days
Mon 11/25/24
Mon 11/25/24
8
6 wks
Mon 11/25/24
Mon 1/6/25
9
1 wk
Mon 12/30/24
Mon 1/6/25
10FF
1 wk
Mon 12/30/24
Mon 1/6/25
11FF
0 days
Mon 1/6/25
Mon 1/6/25
12
3 wks
Mon 1/6/25
Mon 1/27/25
13
10/15
Qtr 1, 2025