Loading...
HomeMy WebLinkAbout1984-02-14; City Council; 7639; Pavement Management Plan consultant selectionCITY OF CARLSBAD - AGENOQ BILL c 7 /d>' DEPT. HD~VO CITY MOR.& CITY AllY \)13q SELECTION OF CONSULTANT TO DEVELOP A PAVEMENT MANAGEMENT PLAN RECOMMENDED ACTION: City Council adopt Resolution No. 793 authorizing the transfer of ten thousand ($10,000) from Account No. 01-50-10-1100 (Regular Salaries - Maintenance Division) to Account No. 01-50-10-2470 (Professional Services), and authorizing the Mayor to execute an Agreement with Berryinan and Stephenson, Inc. to develop a pavement management plan. ITEM EXPLANATION: Nine engineering firms were requested to submit proposals in response to a request for proposals to develop a pavement management system. a complete inventory of our street system with an index of its conditions, a five year plan for pavement replacement and maintenance, a software program compatible with an IBM personal computer and suggested changes to our pavement and trenching standards. This system will provide The following firms responded to our request: Berryman and Stephenson, Inc . $10,000 Jaykin Engineering 22,839 Testing Engineers* 25,876 Carter Associates Engineers 25,900 +$Testing Engineers subsequently withdrew as they combined with Carter & Associates. FISCAL IMPACT: Funds are being transferred from the Maintenance Director's salary account, thus this project will be funded from salary savings. program will develop a maintenance strategy to maintain our street at a minimum cost. A good maintenance program will preclude the necessity of reconstruction and will be more cost effective in the long term. It is anticipated that this EXHIBITS : 1. Request for Proposal 2. Proposal by Berryman and Stephenson, Inc. 3. Resolution No. 7-3 . 83- 1 69 S 812 1200 ELM AVENUE CARLSBAD, CALIFORNIA 92008 Citp of TELEPHONE: (71 4) 438-5604 QLarlrr'bab December 27, 1983 UTILITIES DEPARTMENT LETTER & PROPOSAL SENT TO ATTACHED LIST The City of Carlsbad is seeking proposals for engineering services for the preparation of a Pavement Plan for streets within the City. lengths are as follows: The total street Dirt 0.2 miles B i tum inous 55.5 miles Bituminous 81.6 miles Less than 7" Base More than 7" Base Concrete Tot a1 .7 miles 138.0 miles These streets can also be classified as follows: Double Lane 4-Lane 6-Lane Tot a1 109.5 miles 27.0 miles 1.5 miles 138.0 miles The Management Plan will include the following: 1. A Pavement Rating Scheme 2. 3. 4. Recommendations for on-going maintenance strategies 5. 6. 7. An Inventory of all Streets including existing conditions A 5-Year Capital Improvement Program prioritized by need Recommendations for change in pavement Standard 0 Specifications Recommendations for Standard for trench repairs/repavings A copy of the software used to develop all reports such that it can be updated and maintained using a City owned HP-125 interfaced to a HP- 3000 (if needed) or on an IBM Personal Computer. PACE 2 The following information should be included in your proposal: 1. Qualifications: Provide resumes of the personnel assigned to this 2. Subcontractors: Provide a list of companies or personnel providing 3. Experience: Itemize and briefly describe similar projects which have project. subcontractor services to include the resumes of key personnel been successfully completed by your firm and/or by key personnel who will be assigned to this project. Include name and phone numbers of client contacts on these projects, indicated in the General Scope of Work. Time: issuance of the Notice to Proceed to the date of delivery of the completed plan. 4. Fees: Provide a lump sum quote for the total fee for services as 5. Provide your determination of the time required from the date of Proposals should be submitted to the Director of Utilities and Maintenance no later than 5:OO p.m. on 3anuary 18, 1984. Should there be any questions regarding this project, please contact me at 6 1 9/438- 5604. Sincerely , ROGER W. GREER RWG/ds Enc. PROPOSALS TO GO TO: Berryman & Stephenson, Inc. 4220 Long Beach Blvd. Suite 265, Long Beach, CA 90807 ATTN: ROBERT K. SANDWICK Testing Engineers - San Diego 5467 Kart2 Street P. 0. Box 80985 San Diego, CA 92138 Burke & Associates, Inc. 14291 East Fourth Avenue Suite 270 Aurora, CO 80011 Jay Kim Engineers, Inc. 2840 Adams Avenue San Diego, CA 92116 All'": LARRY DOSSEY McLain Rose, Inc. P. 0. Box Q St. Augustine, FL 32084 Tri City Engineers 335 Olive Avenue Vista, CA ~BSIB Y~YP'Z Willdan Associates 3633 Camino Del Rio South San Diego, CA 92138 Carter and Associates 1550 East Meadowbrook Avenue Phoenix, AZ 85014 I 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ... I RESOLUTION NO. 7503 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD CALIFORNIA APPROVING AN AGREEMENT WITH BERRYMAN & STEPHENSON, INC. TO DEVELOP A PAVEMENT MANAGEMENT PROGRAM AND AUTHORIZING FUND TRANSFER WHEREAS, the City of Carlsbad wants to develop a comprehensive pavement program; and WHEREAS, Berryman and Stephenson, Inc. responded to a proposal to develop such a plan; and WHEREAS, Berryman and Stephenson, Inc. have successfully developed such plans for other cities and their work is highly satisfactory; and WHEREAS, a transfer of funds from Account No. 01-50-10-1100 (Regular Salaries, Maintenance Director) to Account No. 01-50-10-2470 (Professional Services) is necessary to fund these services. NOW THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the agreement to develop a Pavement Management System with Berryman and Stephenson, as shown on Attachment A, attached hereto and made a part thereof, is approved and the Mayor is authorized to sign on behalf of the City. 3. That a transfer of ten thousand dollars ($lO,OOO.OO) from Account No. 01-50-10-1100 (Regular Salaries, Maintenance Director) to Account No. 01-50-10-2470 (Professional Services) is hereby authorized and approved by Department of Finance Transfer No.26 . /// /// /// /// 1 2 3 4 5 6 7 e 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ad' urned PASSED, APPROVED AND ADOPTED at a/regd?ar meeting of the Carlsbad City Council held on the 14th day of February , 1984, by the following vote, to wit: AYES; NOES : None Council Wrnbers Casler, Lewis, Chick and Prescott MARY H. ,eASLER, Mayor ATTEST : I ALETHA L. RAUTENKRANZ, City Clerk/ (SEAL) 1 AGREEMENT FOR THIS AGREEMENT, made and entered into as of the day of 9 19 , by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City," and BERRYMAN & STEPHENSON, INC. hereinafter referred to as "Consultant .I' RECITALS City requires the services of BERRYMAN & STEPHENSON, INC. to provide the necessary engineering services to develop a Pavement Management Plan. Consultant possesses the necessary skills and qualifications to provide the services required by City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and a Consultant agree as follows: (1) CONSULTANT'S OBLIGATIONS: To per form the required field analysis, evaluations, computer activities and report preparation necessary to prepare a Pavement Management Plan which include the following elements: 1. Report (25 copies) to include a: Pavement Inventory Five Year Capital Improvement Plan On going Maintenance Plan 2. A color coded map depicting maintenance needs. 7 3. Computer software (IBM PC compatable) including Pavement Inventory Program for up dating the plan 4. Recommend changes to current City standard for pavement construct ion and trench repairs. (2) CITY OBLIGATIONS The City shall 1. Provide copes of available up-to-date City maps at 1"=400 ' scale. 2. Review current policies and standards for pavement maintenance with the Consultant. 3. Provide contact person and field support as necessary to include traffic control, maps, as built and other ancillary services as needed. (3) PROGRESS AND COMPLETION The work under this contract will begin within 10 days after receipt of notification to proceed by the City and be completed within six weeks of that date. Extensions of time may be granted if requested by the Consultant and agreed to in writing by the Director of Utilities and Maintenance. In consideration of such requests, the Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Consultant, or delays caused by City inaction or other agencies ' lack of timely action. . (4) FEES TO BE PAID TO CONSULTANT The lump sum fee payable according to paragraph (5) shall be $10,000. No other compensation for services will be allowed except those items covered by supplemental agreements per paragraph (7), Changes in Work. (5) PAYMENT OF FEES Payment of fees shall be upon delivery of approved final documents. (6) FINAL SUBMISSIONS Within 15 days of completion and approval of the final plans, the Consultant shall deliver to the City 25 copies of the final report. (7) CHANGES IN WORK If, in the course of this contract and design, changes seem merited by the Consultant or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Consultant or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City or Consultant to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. After reaching mutual agreement on the proposal, a supplemental agreement shall be prepared by the City and approved by the City Manager. Such supplemental agreement shall not render ineffective or invalidate unaffected portions of the agreement. Changes requiring immediate action by the Consultant or City shall be ordered by the Director of Utilities . , (8) The Consultant warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Consultant, to solicit or secure this agreement, and that Consultant has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (9) NONDISCRIMINATION CLAUSE The Consultant shall comply with the State and Federal Ordinances regarding nondiscrimination. (10) TERMINATION OF CONTRACT In the event of the Consultant's failure to prosecute, deliver, or perform the work as provided for in this contract, the City may terminate this contract for nonperformance by notifying the Consultant by certified mail of the termination of the contract. The Consultant, thereupon, has five working days to deliver said documents owned by the City and all work in progress to the Director of Utilities and Maintenance. The Director shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Consultant has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City I Council, the Council shall determine the final payment of the contract. Final payment shall be in compliance with the Code of Federal Regulations. (11) DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Consultant or the Director of Utilties and Maintenance. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The Director or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. (12) RESPONSIBILITY OF THE CONSULTANT The Consultant is hired to render professional services in developing a Pavement Management Plan and any payments made to Consultant are compensation solely for such services. - (13) SUSPENSION OR TERMINATION OF SERVICES This agreement may be terminated by either party upon tendering 30 days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Consultant shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Consultant shall be paid for work performed to the termination date; however, the total shall not exceed the guaranteed total maximum. The City shall make the final determination as to the portions of tasks completed and the compensation to be made. Compensation to be made in compliance with the Code of Federal Regulations. (14) STATUS OF THE -CONSULTANT The Consultant shall perform the services provided for herein in Consultant's own way as an independent contractor and in pursuit of Consultant's Independent calling, and not as an employee of the City. Consultant shall be under control of the City only as to the result to be accomplished and the personnel assigned to the project, but shall consult with the City as provided for in the request for proposal. (15) CONFORMITY TO LEGAL REQUIREMENTS The Consultant shall cause all drawings and specifications to conform to all applicable requirements of law: Federal, State, and local. Consultant shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary . (16) OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports and studies shall be delivered forthwith to the City. (17) HOLD HARMLESS AGREEMENT The City, its agents, officers and employees shall not be liable for any claims, liabilities, penalties, fines, or any damage to goods, properties, or effects of any person whatever, nor for personal injuries or death caused by, or resulting from, or claimed to have been caused by, or resulting from, any act or omission of Consultant or Consultant's agents, employees or representatives. Consultant agrees to defend, indemnify and save free and harmless the City and its authorized agents, officers, and employees against any of the foregoing liabilities or claims of any kind and any cost and expense that is incurred by the City on account of any of the foregoing liabilities, including liabilities or claims by reason of alleged defects in any plans and specifications, unless the liability or claim is due, or arises out of, solely to the City's negligence. (18) ASSIGNMENT OF CONTRACT The Consultant shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 4 (19) SUBCONTRACTING If the Consultant shall subcontract any of the work to be performed under this contract by the Consultant, Consultant shall be fully responsible to the City for the acts and omissions of Consultant's subcontractor and of the persons either directly OK indirectly employed by the subcontractor, as Consultant is for the acts and omissions of persons directly employed by Consultant. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Consultant and the City. The Consultant shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Consultant 's work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. (20) PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of any architectural, engineering inspection, construction or material supply contractor, or any subcontractor in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer, employee, architect, attorney, engineer, or inspector of or for the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or other similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. - (21) VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during, or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor such verbal agreement or conversation entitle the Consultant to any additional payment whatsoever under the terms of this contract. (22) SUCCESSORS OR ASSIGNS Subject to the provisions of paragraph (18), Hold Harmless Agreement, all terms, conditions, and provisions hereof shall insure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors and assigns. (23) EFFECTIVE DATE This agreement shall be effective on and from the day and year first above written. (24) CONFLICT OF INTEREST The Consultant shall file a conflict of interest statement with the City Clerk of the City of Carlsbad. The Consultant shall report investments or interests in real property in the City of Carlsbad. IN WITNESS WHEREOF, we have hereunto set our hands and seals. CITY OF CARLSBAD BERRYMAN & STEPHENSON, INC. Mayor ATTEST: City Clerk By Title APPROVED AS TO FORM: Assistant City Attorney CITY OF CARLSBAD PROPOSAL FOR A PAVEMENT P.IANAGEi%NT PLAN JANUARY, 19 8 4 17 .- BERRYM4N & EJEPHE", INC. Consultants to Governmental Agencies 4220 Long Beach Bivd.. Suite 265, Long Beach, California 90807 (213) 428-1264 January 13, 1984 Mr. Roger W. Greer Director of Utilities City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 SUBJECT: Proposal of Professional Engineering Services, Pavement Management Plan Dear Mr. Greer: BERRYPIAN & STEPHENSON, INC. is pleased to submit this proposal for Professional Engineering Services to provide a Citywide Pavement Management Plan. We are certain that our firm's professional staff has the expertise and competence to serve the requirements of the City of Carlsbad in a highly competent and professional manner, in accordance with the City's objectives. BERRYEIAN & STEPHENSOK, IMC. , whose only clients are governmental agencies, is dedicated.to the concept of working closely with our clients in a continual communications process, so that a mutually satisfactory end product is achieved. To that end, we have assembled a project team consisting of specialists in the fields of pavement evaluation, analysis and computer science. This team, consisting entirely of in-house staff are experienced in pavement evaluation and capable of preparing a complete project satisfactory to the City. In keeping with our policy that a principal of the firrr, be personally involved with each project, the undersigned will serve as Principal-in-Charge. To coordinate all elements of the project, Mr. Robert K. Sandwick will serve as Project Manager and Engineer who will directly perform and supervise this project. BERRYNAN & STEPHENSON, IX. appreciates the opportunity to be of service to the City of Carlsbad. Sincerely, EERRYMAN & STEPHENSON, IGC . Ervin ";-&-At! Spindel I- Vice President ES: sg TABLE OF CONTENTS SCOPE OF SERVICES PROJECT IJWiSAGEMENT TEAM RELATED EXPERIENCE FEES SCHEDULE APPEND IX Page 1 SCOPE OF SERVICES BERRYMAN & STEPEENSON, IWC. proposes to perform all of the required field analysis, evaluations, conputer activities and report preparation necessary to prepare a Pavement Management Plan for the City of Carlsbad. The Pavement Managentent Plan will include the following elements: Report 1. PaveKent Inventory 2. Five-Year Capital Improvement Plan 3. Ongoing Naintenance Plan Map Color-Coded City Map depictins pavement needs. Other 1. Pavement Inventory on a computer disc. 2. Cortputer Proqram for the PaveEent ManageKent Plan. Specific items for each element are detailed as follows: Favement Inventory The following items will be presented in tabular form: - 1. 2. 3. 4. 5. 6. 7. 8. 9. Street identification (including limits) listed in alphabetical sequence. Type of street (i.e. arterial, secondary or local) Length of street segment. Average width of pavement within the segment. Area of pavement within the segnent. Type of pavement (i.e. A.C., concrete or cornyosite). Pavement Condition Index (P.C.I.) for each segment. At least seven (7) recomnended maintenance requirements based. on P.C.I. Total cost for the recommended maintenance for each segment. -1- 10. Totals for Items 3, 4 and 9 for all streets in Carlsbad. Items 1 throuqh 7 of the street inventory will be filed on computer disc utilizing an IEM Personal Computer allowing future revisions for Items7 and 8 to produce an up-dated pavement inventory. Capital Inprovement Plan A five-year Capital Improvement Plan based on need containing an alphabetical listing of streets for each fiscal year will be produced. These annual Capital Improvement listings to include: 1. Street identification and limits. 2. Pavement Condition Index 3. Total cost for the recorrmended maintenance for each street. 4. Total cost for the fiscal year improvements. Continuing Preventive Maintenance Plan Those pavements requiring no rehabilitation and newly constructed pavements should be scheduled for an ongoing preventive rcain- tenance plan. Up to four (4) levels of maintenance will be presented including costs and benefits, frequency of application, total coverage and annual costs. 'Cased on these studies, a recommended Preventive Maintenance Plan will be included in the report. liepor t Twenty-five (25) copies of the report with a normal 835" x 11" format containing the Pavement Inventory, Improvement Plan and Continuing Preventive Maintenance Plan will be submitted to the City of Carlsbad. The pavement inventory will also be submitted on a computer disc by an IBM Personal Ccnputer allowing the City to update the plan in future years. Color-Coded MaD A large scale map of the City of Carlsbad shall be prepared to show by various colors the rehabilitation requirements for all of Carlsbad's streets, roads and highways. This xap, suitable for aisplay purposes, will depict with red color those streets requiring reconstruction and various colors representing various rehabilitation required including green for those pavements in excellent condition and blue for concrete paved streets requiring no maintenance. -2- Computer Program The street inventory will be entered into an IEM Personal Computer and stored on disc. This of CarlsLad for future updates. the Pavement Managenent Plan will also be turned over to the City. their inventory and pavement management plan in the future. operating manual and training for two (2) terminal operators will be provided. disc will be submitted to the City The program used to generate This allows the option for the City of Carlsbad to update An Data Gathering A Pavement Evaluation Form will be developed specifically for the City of CarlsbacTi for their approval prior to data gatherinq. The heading of the form will include the following: 1. Street name and limits 2. Date 3. Pavement type 4. Length 5. Pavement width 6. 7. Direction of evaluation Location number referring to a City nap The content of the evaluation to determine the Ravement Condition Index (P .%. I. ) will include these defects : 7. 8. 9. 10. Alligator Cracking - (both quantity and severity) Shrinkage Cracking - (both quantity and severity) Transverse Cracking - (both quantity and severity) Longitudind Cracking- (both quantity and severity) Edge Cracking - (both quantity and severity) Weathering Ravellinq iiut t ing Degree of Patching Potholes Also included will be these environmental ccnsiderations: 1. Drainage - Longitudinal 2. Drainage - Transverse 3. Shoulder Condition 4. Ride Quality BERiiYliIAi'.i & STEPHENSON, IKC. will utilize skilled and trained personnel in the field under direct supervision of Xr. W&rt Sandwick to perform the evaluations of the pavements. Evaluations will -3- be made in segments two lanes in width and lengths of 1,000 feet or one block, whichever is the shorter. Highways containing more than two lanes will have each side rated separately. Widths will be measured in the field. bike lanes and parking lanes will be included with the width. Paved raised medians will not be included. Length will be scaled frorti City maps. Extensive turn pockets, A minimum of seven (7) rehabilitation strategies including their unit costs will 5e developed and keyed to the Pavement Condition Inkx (P.C.I.) . This information will be entered into the cor,puter along with the pavement evaluations to generate the programs. Strategies, their costs and relationship to P.C.I. will be addressed in tile report. Mr. Robert Sandwick will personally train and participate with the data gathering. In addition he will determine the ranges of P.C.I. for the various rehabilitation strategies. Computer Analysis All ciata will be entered into an IBM-PC computer which will generate the paverc,ent inventory and the improvement plan. Mr. Sandwick will prepare the remainder of the report and the colored nap. Other Services Included in the report will be the following reconmendations: 1. Ongoing maintenance program with annual costs 2. Favement design standards including specifications 3. Trench repairs and repaving standards and procedures City Services 1. Provide two (2) copies of an up-to-date City nap on a scale of 1" = 200' to 1" = 400' to the Consultant. 2. Review pavement maintenance Strategies and continuing maintenance preferences with the Consultant. -4- BERRYMAN & STEPHEKSOM, INC. will assign a staff of highly trained and experienced engineers and technicians to this project. The project team concept is proposed as a means of providing high productivity fron individual nernbers while maintaining clearly defined levels of reSpOnSibility. As can be seen, the proposed management team has the expertise and depth to accomplish the work in.a timely and professional manner which will be mutually satisfactory and in accordance with the desires of the City of Carlsbad. A brief review Of each Ferson is shown below, and their detailed resumes are included in the Appendix. Principal-in-Charge: Mr. Ervin Spindel, P.E. i4r. Spindel, Vice President, Los Angeles-Ventura Region, will be the member of the coInpany in overall charge of the project and also prinary liaison with the City staff. Ee has over 31 years of municipal engineering experience, including 17 years as Director of Public Works for the City of DOVJney. Eie has supervised the design and construction of all types of public works projects, including many street projects. Froject Manager: Mr. Robert K. Sandwick, P.E. Mr. Sandwick, Registered Civil Engineer, brings wi$h him over 32 years of professional engineering experience, including 15 years in municipal engineering and administration. He has served as City Engineer of Glendale and both Girector of Public Korks and City Administrator of Azusa. His previous position as District Engineer for The Asphalt Institute provides the firm with a unique expertise in street evaluation procedures. Since joining ESI, he has prepared or supervised preparation of several paver.ent managen?ent plans for five cities. As Project Manager, Mr. Sandwick will be responsible for the day-to-day supervision of the project. Computer System Engineer: Xr. 2.1. Robert Lewis, P .E. Xr. Lewis, Registered Civil Engineer, will be responsible for the technical and computer application aspects of the projects. €ie will work closely with project management in the preparation of the required reports. He has been with the firm for six years -5- e and has participated in the preparation of most of the assessment districts and all of the computer assisted Pavement Managercent Plans performed by BSI during that period. Pavement Evaluations: Mr. Sam Kouri Mr. Kouri, Senior Designer, would be assigned to assist Sir. Sandwick with the field evaluations for this project. He is a graduate Civil Engineer frop. California State University at Long Eeach. During the past 11 years, he has designed many public works improvements while employed by the City of Downey and with BSI. Trained by Mr. Sandwick, he has performed several thousand pavement evaluations. -6- A ".- _I RELATED EXPERIENCE BERRYMAN & STEPHENSON, INC. has prepared Pavement Management Plans for the 1. 2. 3. 4. 5. 6. ~- - following cities: City of Villa Park - May 1981 Reference: City Administrator (714)998-1500 City cf Los Alamitos - June 1981 Reference: Vernon Hee, Director of Public Works (213) 431-3538 City of Oceanside - Marina Parking Lots - 1982 Reference: Mr. Donald Duckworth, former Asst. City Adm. (now employed with the City of San CleKente) (714) 361-8266 City of Monrovia - November 1982 Reference: Elr. Carl Brooks, Director of Public Works (818) 359-3231 City of Yorba Linda - March 1-983 Reference: Mr. Art Simonian, City Xanager (714) 777-5000 City of Irvine - September 1983 Reference: f4r. flarry Ehrlich, Manager of Public Services (714) 660-3878 or (714) 857-0124 In addition, EERRYNAN & STEPEENSON, IFC. has prepared comprehensive Pavement Evaluation Reports for the following agencies: City of Alhambra September, 1981 City of Claremont September, 1981 City of Oceanside Februaq, 1982 U.S. Navy-San Nicolas Island Augwit, 1981 G.S. Navy-Point ivlugu Base August, 1981 U.S. Navy-San Pdro Fuel Terminal Septmhr, 1982 Port of Los Elngeles-Ports O'Call January, 1982 City of Santa Monica-Wilshire El. Septmber, 1981 City of Ingla~cd-lO8th Street June, 1982 City of Irvine-Jambree %ad February, 1982 City of Pic0 Rivera-Parmunt B1 June, 1982 City of Irvine-4 Streets August, 1983 City of San Clmate March, 1982 City of Whittier iyakr, 1982 Oceanside Marina-Parking Lots October, 1981 Lots & Entrarce Road Grace Ave. & Centinella Ave. -7- Terry James, D.P.W. Esmile NmrW-sh, City Engr. Don Duchmrtli, D .P .S.. City Manager V. Clyde Eaight, City kgr. Pete blaxquis, Civil mgr. Pete iXaxquis, Civil Bqr. Sue Lee, Cngr.-in-Charge City Maager Ed German, Chief HarSor mgr. San Sdiol1,Dir. of Pub. Services William ?mar, City mgr. John Brown, Mgr. of Const. Services Arturo &&e, City Engr. Jin Ross, Construction Project Supervisor _- FEES c__ bERIiYMAN & STEPHENSON, INC. will perform all work as outlined in this proposal for 109.5 miles of two lane streets 27.0 niles of four lane streets 1.6 miles of six lane streets including A.C., P.C.C. and unpaved streets within the City of Carlsbad for the lump sun fixed fee of: TEN THOUSAND DOLLARS ( $1 O IO 0 0 ) A schedule of hourly rates is attached for your information. SCEEDULE Reports will be submitted six weeks after receipt of the Notice to Proceed. -8- 27 SCHEDULE OF HOL'RLY RATES JULY 19 8 3 Project Manager Principal Chief Traffic Engineer Traffic Engineer Traffic Engineering Associate Civil Engineer Landscape Architect Senior Designer Designer Senior Draftsperson Draftsperson Right of Way Engineer Right of Way Agent Senior Inspector Inspec tor Licensed Land Surveyor 2-Person Survey Crew 3-Person Survey Crew Landscape Inspector Clerical, Typist Engineering Aide Out-of-Pocket Expenses (telephone, printing, reprodicing, copying, etc. 14 i 1 e age $ 65.00 82.00 69.00 61.00 57.00 61.00 61.00 52.00 48.00 43.00 39.00 .- 61.00 48.00 48.00- 39.00 61.00 104.00 133 .OO 42.00 16.00 28.00 Cost billed plus 15% .25 per mile A 15% fee for administration, coordination, and handling will be acidea to subcontracted services such as foundation reports and specialist services. These hourly rates will be subject to increase due to cost increases and inflationary trends. -9- I- -- APPENDIX I .- I- - THE COMPANY .I BERRY" & STEPHENSON, INC. is an independent firm of professionals and experienced support staff specializing in providing a wide variety of engineering, planning, and consulting services to governmental agencies. The firm's philosophy is to understand and identify the needs of the client and then provide a wide range of professional services specifically tailored to meeting those needs. The Principals and Associates of BERRYNAii & STEPHENSON, INC. have collectively over 400 years or' experience in public agency engineering, serving both as staff members and as consultants to governmental agencies, including positions of City Engineer, Public Works Director, Traffic Engineer, Planning Director, District Engineer, and Landscape Architect. This history of experience provides the firm with a broad based understanding and appreciation of problems and solutions necessary for . efficient governmental agency operztions in today's complex urban environment. - The firm intimately understands the client's concern for high quality performance and precise communications when utilizi;? the services of a consultant.. Close interaction with the client is considered an essential ingredient of our consulting services. The firm is experienced in operating under a variety of working relationships, including participation in multi-disciplinary planning teams, involvement with citizen participation groups and provision of personal service consultations. BEItSY?&4N 6 STEFHENSON, INC. is pleased to offer our clients a personzlited service by assigning a qualified project manager to direct each project, thus providing the client With a single point of liaison. The project mianager will expertly coordinate the . project aaa keep the client inforaed cf the statu of the projecz both The project inanager and the client's representative ta review rhe status of the project in each other's presence 110 ensure proper communications and the exchange of questions and ideas by providing hand delivered groject tatu us r.por-cs. T' ~nis ?ernits The projec? status reports are submitted at pre-set cine inttrvais as mutually agreed upon, usually rnonThiy. In accordance with our quality control PxgTam, before suhirting the completed projecc to zhe client, it will be carefilliy reviewed for accuracy and quality by one or' the iir:a's princi?als. *. .- A WYGE OF SERVICES Eased on the experience of the staff and its principals, SERRYNAN E STEPHENSON, INC. offers comprehensive professional consulting services for the following disciplines: ASSESSMENT DISTRICTS COMMLTNITY RZDEVELOP?.IENT CONSTRUCTION INSPECTION DESTGN .AND CONSTRUCTION SURVEYING EWI RON;t.IEXTXL P LXNN ING FLOOD COXTROL AND DRAINAGE FUNDING APPLICATIONS AND REPOKTS WND SURVEYING LtVDS CAPE ARCHITECTURE iYUNICIPAL ENGINEERING PORTS AiD HARBORS PARKS AYD GREENBELTS PLAN IWD iW CHECKING RIGHT OF WAY EXGI3EERING SANITARY SEiER SYSTEMS SOLID WASTE hIXUAGE3lENT SPEC I F I CAT I ON NR I T I NG STOR? DUIN FACILITIES STREET AND HIGHWAY DESIGN TRAFFIC CPEIUTTCNS .LVD DESIGN TUNSIT PL.tUSING/OPEWTICNS TXLY S 3 0 RT.4C 1 ON 2 LXUN I N G URBAN .4ND REGIONXL SYST3S UTILITY YET'dORXS NASTEWATZR F.4C I LiT'IES WAEX SYSTEMS ?.%VE4!EX' EVXLUXT I ON AGENCIES SERVED I- The following. is a partial list of gavernrnental agencies for which BERRYMAN 6 STEPHENSON, INC. has provided professional consulting CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY GF CITY OF CITY CF CITY OF services : ADE LANTO ALHAYBFW ANAHEIM BXLDWI N PARK BARS T 0 W BUENA PARK CAYARILLO CARLS BAD CARSON CERRITOS CXINO CLARENONT COMMERCE C OMP T 0 N CORONA CORONADO COSTA MESA CULITR CITY CYPRESS DEL iWR DOWXEY FONTANA FOUNTAIN VALLEY FULLERTON GARDEN GROVE HAWAIIAN GARDEHS KWTFIORNE H,4 WARD HUHTINGTON PARK INPERIAL SEACH INGLEWOOD IRVIYE I RW i NCJL E LAGUNA BEACH LA IIA4BRA LA b!ESA LA P'4L.W LONG 3EXCH LOS .AL,riiLfITOS L Y NWG C D M,.At4Hi4TT'XI\I 3EXC;I CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CITY OF CLTY OF CITY OF CITY OF CITY OF CITY OF CITY 01 CITY OF CITY OF CITY OF CITY. OF GPLE VALLEY COUNTY WATZR DISTRICT CAP ISTZWG BAY C3E!MUNITY SERVICES DI STZI CT CXRMEL SAY IT-ARY D I STR I CT iOUNTXIN V.4LLEY SCHOOL 91Si';IICT FULLERTON UJNION 3iGH SC:<OOL DISTRICT GARDEN GXOVE SXNITXiIY DI3T3iCT GIRL SCOUTS OF OKWGE COUNT'! MONROVIA MONTEBELLO MONTEREY PARK NATIONAL CITY NEWPORT BEACH NORCO NORWALK OCEAi4SIDE ONTARIO ORANGE PALM SPRISGS PAS AD E NX PIC0 RIVERA P LAC EN T I A POMONA POWAY RANCHO MIRAGE RWCHO PXLOS VERDES RIVERSIDE SAN BERNARDIYO SAN CLEMEKTE SPIN DIEGO SAN JACINTO SAN JUAN CAPISTUNO SA3 MRCOS SAN 31ARI30 SAiITX ANA SANT.4 MONICA SEAL BEACH SIGNAL HILL SOUTH PASXDEYA S T.WT 0 N T%OUSXXD OAKS TORIUNCE TUSTIN UPLAND VILLA PARK :E s TJ1 I N s TE 3 Xi I TT I ER YORBA LINDA v T STX .- _I .- AGENCIES SERVED (continued) HI DESERT WATER DISTRICT METROPOL1T.W TRANS IT DEVELOPMENT BOARD COUNTY OF ORANGE ORANGE COUNTY TRANSIT DISTRICT ORANGE COUNTY TRANSPORTATION COMMISSION ORANGE COUNTY WATER DISTRICT PORT OF LOS ANGELES COUNTY OF SAY BERNARDINO SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT COUNTY OF SAN DIEGO SAN DIEGO UNIFIED PORT DISTRICT SURFSIDE COLONY STORM WATER PROTECTION DISTRICT U.S. ARMY CORPS OF ENGINEERS U.S. FISH 6 WILDLIFE SERVICE U.S. FOREST SERVICE U.S. NAVY VISTA DEL RIO INCORPORATION COMMITTEE YORBA LISDA COUNTY WATER DISTRICT YUCCA VALLEY INCORPORATION COMMITTEE Within the scope of providing for the needs of governmental agencies and as an example of the firm's intimate familiarity with inunicipal engineering, BERRYMAN 6 STEPHENSON, IYC. currently serves in the foilowing capacities : CITY ENGINEER E TRAFFIC ENGINEER - City of City of City of City of City of City of Los Alamitos Oceans ide Poway Stanton Villa ?ark Yorba Linda TMFFIC ENGINEER - City of Carson DISTRICT ENGINEEIS - Garden Grove Sanitary District Hi Desert Water District LANDSCX?E ARCHITECT - City of Oceanside City of Poway City of Yorba Linda RIGHT OF WAY EXGIXEES - City of Norco Santa Fe Springs Redevelopmen? Agency BERRYXUJ 6 STEPHEISON, also has served :he following ,c~~:es .. as City Engineer, aircctor of ?ublic Works or Traffic - 2nglneer INC. under cGntract for interim periods: City of Adelanto City of Carisbad City of Chino City of Garden Grove City of Laguna 3eac5 Cicy of Monrovia City of Yational Cizy City cf San Warcos 33 3/82 .- REFERENCES x c Presented below is a partial listing of persons we have worked with in the past. We would be most pleased to have you call any or all of them regarding our services. Additional references will be furnished should you desire. Reference Posit ion Telephone Kenneth Montgomery Director of Public WorksiWrwalk (213) 368-3254 Hugh Berry Public Works Director, Fullerton (714) 525-7171 . __- _. Robert Ledendecker City Engineer, Tustin (714) 544-5590 Arthur S imon i an City Manager, Yorba Linda (714) 777-5000 Brent Muchow Public Works Director, Irvine (714) 754-3672 James Pott Director of Public WOT~S, (213) S90-6174 Long Beach Gary Johnson City Engineer, Orange (714) 532-0491 Munay Storm Director, Environmental Manzgement Agency, County of Orange (714) 334-2300 Jim Reicharr Orange County Transit District (714) 971-6230 HzroLd Williams Director of hblic Works, (213) 537-0806 Lynwood Ronald Zauf City Engineer, Huntingtoi Park (213) 552-0161 Carl Brooks Public Works Director, Monrovia (213) 359-3231 john 2orpaz Manager, Watsr De?t., Torrance (113) 328-5510 Stanl2y Scholl Director of General Services, (213) 393-9915 Santa Nonict I John Clement iraffic Engineer, T~ousa~d Oaks (305) 297-3611 Rogsr Clark Dirtcyor of Engineering , .hTT)B (;1-?> 221-126fj Daniel J.V. Grsaley Cit-y Engineer, Camarilla (305) 957-4909 Zobyn Ravgiala Direczor of Planning, Saint .Joseph Hospital 3ill Wqny DirectDr of Public Works, (716) ,$9j-3171 San Juan Cagiszrano . .. ERVIN SPINDEL Vice President EDUCATION: I Bachelor of Science in Civil Engineering, Drexel University, Philadelphia, Pa. blaster of Science in Civil Engineering, University of Southern PROFESSIONAL REGISTRATION: California, Los hgeles, Ca. Registered Civil Engineer, State of California PROFESSIONAL ASSOCIATIONS : American Society of Civil Engineers (Fellow biember) Anerican Public Works Association-President, So. Calif. Chapter, 19?2 Los hgeles City E County Engineers Assoc.-President, 1969 Metropolitan Transportation Engineering Board-Chairman, 1966-67 League of Calif. Cities, Public Works Officers' Dept.-President, 1976 Chi Epsilon, Honorary Civil Engineering Society .WARDS : National Handicapped Awareness Award (Easter Seals) 1976 Harry S.. Swearingen Award (APW) 1980 EXPERIENCE: Mr. Spindel joine with 35 years of of municipal engi for It years on t . of Open Channels d BERR'r'SWN E STEPHENSON. INC. civil engineering experience neering and public works admi he night faculty at USC as in and Fluid Mechanics. i n .s in November ncluding 31 istration. truct or in p, 19 yea Ye Hydr 79 .rs served aulics From 1973 to 19-9 he served the City of Downey in the dual ~osition of DirecTor of Communicy Development and Public Vorkc, responsibie for the management of five divisions: Engineering, Building 5 Saiet)-, ?laming, Nater, and Phvsical Services. From 1962 to 1973 he was -- Director of Pubiic Work: , managing Engineering, \JateT, and ?hysi:al Services. improvements ana the design and construction of extensive street, drainage, water, traffic, street lighting, and park projects. In both of these positions he directed operaZion and capiral From 195 City ing engineer GoiZ Ccu Rec l ana t 5s :ne lrrg rse ion c 1961 er and r'unct , and. Tlant he Act ions hi: was ing Y- ial employed by City Engine ncluding des development ths Cicy of Burbank er and was in charge ign ani construction studies of the City a 0 0 'S S r' f i" .Ass is tan? all the 3e3ell 'at sr Xr. Spindel '*-as also employed by the City of Los Xngeles from 1943 to 1955. He was i;lvolved in the design of the Hyperion ireatnent Plant, Valley Outfall and North Centrzl Outfall Sewers and supervised the preparation of the Cizy's long-range sewerage plan. - 35/ ROBERT K. SANDWICK EDUCATION: Bachelor - of Science in Engineering, University of California, Los Angeles, California PROFESSIONAL REGISTRATION: : Registered Civil Engineer, State of California _- PROFESSIONAL ASSOCIATIONS: Tau Beta Pi, Honorary Engineering Society American Society of Civil Engineers American Public Works Association Association of Asphalt Paving Technologists Los Angeles City and County Engineers Association EXPERIENCE: I LW. Sandwick's professional engineering experience spans over 32 years including 18 years of municipal and county engineering and public works administration, 10 years in the private sector and 4 years of industrial and trade association employment. He joined SERRYMAN & STEPHENSON, INC. in January 1981 and as a Project Manager, g the pavement related Civil Engineering functions within the firm. ..--.. From 1377 to 1981 he was employed as a District Engineer with The Asphalt Institute covering Southern California from San Louis Obispo to the Mexican border. His duties included technical service, asphalt pavement promotion and educational efforts for proper design, construction and maintenance of asphalt pavements. From 1971 to 1977 he served the City of Glendale as City Engineer. He was responsible for design and construction of all streets, sewers, storm drain and subdivisions within the City. Eis duties also included land surveying, mapping and assessrent districts. From 1963 to 1971 he was employed by the City of Azusa as City Engineer, then prcmoted to include responsibilities as Director or' Public Works. Xe directed all design and construction of public works facilities including streets, sewers, drainage, water, traffic and park projects. He was also responsible for the main- tenance of all public works facilities including buildings, equipment, streets, sewers and parks. He also served 1+ years as the City Administrator. From 1956 to 1963 he was Civil Engineer and Vice President of Subdivision Engineering Company, responsible for the design of site, gra~iiq and drainage plans for schools, hospitals, governmental facilities and industrial sites. Other previous experience included major storm drain and open channei design for the Los Angeles County Engineer from 1952 to 1953. M. ROBERT LEWIS EDUCATl ON : ” -- ,. . . I- Bachelor of Science in Civil Engineering, California State PROFESSIONAL REGISTRATION : University, Long Beach, California Registered Civil Engineer, State of California PROFESSIONAL ASSOCIATIONS : American Society of Civil Engineers Xme r i can W at e r Works As s o c i a t i on Orange County Water Association Southern California Water Utility ~s s oci at ion EXPERIEXCE : Mr. Lewis joined BERRYMAS & STEPHENSON, INC. in 1977 to provide expertise and professional assistance on hydrologic and hydraulic engineering projects. He has over ten years or‘ civil engineering experience, specializing in water supply, wastewater and drainage systems. Recent projects include the design of a major water system expansion with 13 miles of main, 3 steel reservoirs, and 3 booster stations. Other projects include a 1.5 mg steel reservoir, a 2 mg steel reservoir, sewer basin capacity studies, master plans of seKer facilities, and master plans of drainage. He provides our firm with extensive computer programming and operating experience. For five years prior to joining the firm, MY. Lewis was design engineer for the City of hahein, Water Division. He was responsible for the design of water transmission facilities and residential distribution systems. He served as resident engineer on several pumping station and reservoir construction. projects. He iGorked on replacement systems for portions of che domtown redevelopment programs. Previous experience includes hydrologic and hydraulic desi;n with the City of Los Angeles Stom Drain 3ivision. At the City’s Hydraulic Research Laboraeorv, ne completed several design sTudies involving energy dissipacoir and sewer gaugins structures. With the State of California, Departinent of Nater Resources, !4r. Lewis assisted Kith cross ?lox drainage studies for the California Aqueduct. SAMUEL T. KOURI EDUCATION: Bachelor of Science in Civil Engineering, California State University, Long Beach Bachelor of Arts, Mathematics, California State University, Los Angeles PROFESSIONAL REGISTRATION: Engineer-in-Training, State of California EXPERIENCE : LM~. Kouri joined BERRYMAN & STEPHENSON, INC. in January 1981 with 9 years of municipal civil engineering design experience. As a Junior Civil Engineer with the City of Downey and a Senior Designer with BSI, he has designed many street, sewer and stom. drain improvements, prqvided plan checking for subdivision maps, grading and improvement plans, and traffic engineering. At BSI, his experience include pavement evaluations, pavement management plans, design of new and rehabilitated A.C. and P.C.C. pavements, storm drainage and sewer studies and contract administration. _- I