Loading...
HomeMy WebLinkAbout16 - Lower Sunset View Park Conceptual Design – Approval of PSA (15T09)16-1 NEWPORT BEACH City Council Staff Report COUNCIL STAFF REPORT CITY OF April 26, 2016 Agenda Item No. 16 ABSTRACT: The City desires to develop a Concept Plan to guide the future design, permitting and construction of Lower Sunset View Park. Professional Engineering, Landscape Architecture and related consultant services are needed to develop and complete the conceptual design for Lower Sunset View Park. RECOMMENDATION: Approve a Professional Services Agreement with T.Y. Lin International of Irvine, California, for the Lower Sunset View Park project at a not-to-exceed price of $429,995.00, and authorize the Mayor and City Clerk to execute the Agreement. FUNDING REQUIREMENTS: The current adopted budget includes sufficient funding for this service. Project cost will be expensed to the General Fund ($279,995.00) and Major Facilities Financing Plan ($150,000.00) accounts in the Public Works Department, 01001927-980000 and 56201- 980000, respectively. DISCUSSION: As part of the Fiscal Year 15/16 Capital Improvement Program, staff will begin conceptual design efforts for the Lower Sunset View Park project. This project involves review, public outreach, development and approval of a Concept Design Plan for the undeveloped lower area of Sunset View Park on the northeast corner of Pacific Coast Highway (PCH) and Superior Avenue. Elements of the Concept Design Plan may include the construction of pedestrian/cyclist bridges over Superior Avenue and PCH, a new dog park and/or other community park amenities, a bicycle node and related amenities, possible transit connection TO:HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM:David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY:Andy Tran, Senior Civil Engineer, atran@newportbeachca.gov PHONE:949-644-3315 TITLE:Lower Sunset View Park Conceptual Design – Approval of Professional Services Agreement with T.Y. Lin International (15T09) Lower Sunset View Park Conceptual Design – Approval of Professional Services Agreement with T.Y. Lin International (15T09) April 26, 2016 Page 2 16-2 features such as Park & Ride spaces, and additional parking to serve the park(s), beach and surrounding areas. This project is included in the current Facility Financing Plan (FFP) and is being developed in an effort to add additional park and recreation amenities to the West Newport Area. The intersection on PCH and Superior has capacity constraints including high vehicle pedestrians and bicycles through the intersection. The design is proposed to reduce traffic delay and vehicle emissions, and improve safety and access to both Sunset Ridge Park and Sunset View Park. The existing steep terrain along Superior Avenue also makes this location ideal for pedestrian/bicycle bridges. Depending on the location of the pedestrian/bicycle bridges, two or three at-grade crosswalks may be eliminated at this intersection. The Park, Beaches and Recreation Commission has received a large number of requests for additional dog park facilities in the City. After undertaking a review and public discussion of the item in March 2015, it was determined that the undeveloped lower portion of Sunset View Park would be the number one choice for a new dog park. Associated with the high volume of bicyclists that pass through the area or stage at the existing parking lot, as well as the three bus lines that run by this location, some form of bicycle node and a Park & Ride facility could be explored and possibly incorporated into the site design. The conceptual design may include additional public parking to support future park uses, beach demand, and possibly Sunset Ridge Park (via a bridge if approved). On November 3, 2015, staff requested proposals from the following five firms to provide professional engineering and architectural services to complete the conceptual design for Lower Sunset View Park: 1. T.Y. Lin International 2. Michael Baker International 3. HNTB 4. HDR 5. Kimley Horn After a pre-proposal meeting and follow-up phone calls, only one proposal was received from T.Y. Lin International. Upon review of the proposal and several phone conferences with representatives from T.Y. Lin International, staff determined that T.Y. Lin International and their consultant project team has the qualifications, project understanding and expertise to complete the scope of services. A summary of the scope of services is provided below: Organize and chair meetings and conference calls with project team; Complete final design level topographic survey and base mapping; Complete ALTA site survey for all affected parcels; Complete preliminary geotechnical analysis; Lower Sunset View Park Conceptual Design – Approval of Professional Services Agreement with T.Y. Lin International (15T09) April 26, 2016 Page 3 16-3 Develop three (3) conceptual designs for the pedestrian/bicycle bridge, parking lot/structure and dog park. Conceptual designs will address structural, architectural, landscaping and other aesthetic features; Present conceptual designs to City Council, Parks, Beaches and Recreation Committee, and the community, and recommend the preferred design; Complete preliminary environmental evaluation; Develop 15 percent level planning documents; and Develop 30 percent level construction documents and cost estimates. Staff recommends approving a Professional Services Agreement with T.Y. Lin International to complete the scope of services listed above, which is further described in the consultant’s scope of work. The proposed not-to-exceed engineering and architectural services fee is $429,995.00. During the development of the conceptual designs, the project team may determine that some of the tasks as identified in the scope of work are not needed. For example, at the conclusion of the 15 percent level planning documents, there may be one clear preferred alternative. In which case, staff would recommend proceeding to the 30 percent level construction documents with only one conceptual design as oppose to two as included with the scope of work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Attachment A – Location Map Attachment B – Potential Dog Parks – Ad Hoc Committee Update Attachment C – Professional Services Agreement W E S T C O A S T H I G H W A Y S U P E R I O R A V E N U E B A L B O A B L V D . LOC A T I O N M A P LOWER SUNSE T V I E W P A R K E X T E N S I O N E X H I B I T A P U B L I C W O R K S D E P A R T M E N T C - 7 0 8 8 - 1 4 / 2 6 / 1 6 1 6 - 4 16-5 =CITY OF=========== NEWPORT B,EACH PB&R Commission Staff Report TO: FROM: SUBMITTED BY: TITLE: ., Parks, Beaches & Recreation Commission Recreation & Senior Services Department Laura Detweiler, Rec & Sr Services Director 949-644-3157 , LDetweiler@newportbeachca .gov Jonathan Harmon , Recreation Supervisor Potential Dog Parks -Ad Hoc Committee Update Item No . 6D March 3, 2015 RECOMMENDATION: 1 . Review and approve the Dog Park Ad Hoc Committee's list of potential dog parks by priority. 2. Recommend funding be secured in the FY 2015/16 CIP budget to conduct a study of Priority #1 (West Newport Beach) Lower Sunset View Park undeveloped property as a potential dog park. BACKGROUND: On December 2 , 2014 , the PB&R Commission appointed Commissioners Hayes and Howald to serve with Director Detweiler, Deputy Director Levin, and Supervisor Harmon on the Ad Hoc Dog Park Committee. The Ad Hoc Dog Park Committee was established to assist in the review of potential sites for additional dog parks within the City. DISCUSSION: On December 18, 2014, the Ad Hoc Dog Park Committee toured and discussed potential dog park sites . Based on the site tours a priority list (see attached) and brief descriptions are provided: Order of Priority Location Description 1 West Newport Lower Sunset View Park undevelogedpropertv 2 Lower Castaways Temporary and potentially part of the park plan to replace the turf area currently in the concept plan 3 Bonita Canyon Sports Park City owned landscaped area adjacent to the parking lot Field 6 4 AT & T Property Building next to BCSP 6, requires _2_urchase of _2ropertv 16-6 Potential Dog Parks-Ad Hoc Committee Update March 03, 2015 Page2 The Ad Hoc Committee took into consideration a variety of factors in determining locations and priority. Those included, a location in West Newport since a dog park already exists in East Newport Beach, property owned by the City versus having to purchase land to minimize costs, adequate parking and space to accommodate a dog park. The Lower Sunset View Park undeveloped property was far superior to the other locations due it being away from homes and other competing interests, nearby parking, adequate space, provision of a dog park on the west side of town and spectacular views of the pacific ocean. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the PB&R Commission considers the item). Residents within 500 feet of all four proposed locations were notified by direct mailer of this agenda item. i~ Attachment-Priority Maps 16-7 Lo w e r Su n s e t Vi e w , Pr i o r i t y #1 We s t N e w p o r t - Lo w e r Su n s e t V i e w Pa r k Po t e n t i a l Do g Pa r k Lo c a t i o n f J Po o en ti al Oo g P or k : 38 ,2 9 0 oq . l t . 0 .68 A c r . . o ,•~·~ ..,...._ kbrv:arr n. iJ U 16-8 Lo w e r Ca s t a w a y s , Pr i o r i t y #2 L o w e r C a s t a w a y s : Po t e n t i a l D o g Pa r k L o c a t i o n c: : J P o t e m l o l Do g Pa r l e 46 ,05 8 sq . ft . 1. 0 6 o c r e- s • cr, of "-Pert~ G!S -..._..,_,.,.:n,40U 16-9 Bo ni t a Ca n y o n Sp o r t s Pa r k , Pr i o r i t y #3 Bo n it a Ca n y o n Sp o rt s Pa r k C it y O w n e d Pr o p e r t y : Po t e n t i al Do g Pa r k Lo c a t io n r- - ~ P o : • m lo l !> o g P o r k: I S , 4 1 0 s q . ft . O. JS A a " s Q-p til......,..a...dl CU:£XIo .!iii:r. ~l l.:~ns 16-10 AT & T Pr o p e r t y , Pr i o r i t y #4 ~ ~ ~ i AT & T Si t e : Po t e n t i a l D o g Pa r k Lo c a t i o n 0 P o t e ml c l Do g Pe rl e , 3 2, 9 3 4 sq . ft . 0 .7 6 Ac r e s G . - ATTACHMENT C 16-11 PROFESSIONAL SERVICES AGREEMENT WITH T.V. LIN INTERNATIONAL FOR LOWER SUNSET VIEW PARK CONCEPT DESIGN THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into as of this 26th day of April, 2016 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and T.Y. LIN INTERNATIONAL, a California corporation ("Consultant"), whose address is 404 Camino del Rio South, Suite 700, San Diego, California 92108, 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 preliminary engineering services for the development of conceptual plans for Lower Sunset View Park ("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 December 31, 2019, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). City may elect to delete certain Services within the Scope of Services at its sole discretion. 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. In the absence of a specific schedule, the Services shall be 16-12 performed to completion in a diligent and timely manner. The failure by Consultant to strictly adhere to the schedule set forth in Exhibit A, 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 (1 0) 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 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 Four Hundred Twenty Nine Thousand Nine Hundred Ninety Five Dollars and 00/100 ($429,995.00), 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. 4.2 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. 4.3 City shall reimburse Consultant only for those costs or expenses specifically identified in Exhibit B to this Agreement or specifically approved in writing in advance by City. 4.4 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 T.Y. Lin International Page 2 16-13 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. 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 Robert Barton, P.E. 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. 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 superv1s1on. 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 T.Y. Lin International Page 3 16-14 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. 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, employees and 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"), which may arise under this Agreement or in any manner relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or its 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 arising from the sole negligence, active negligence 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. 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 T.Y. Lin International Page 4 16-15 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 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 T.Y. Lin International Page 5 16-16 power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint-venture. 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. 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 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; T.Y. Lin International Page 6 16-17 (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by the City in .dwg file format, on a CD, and should comply with the City's digital submission requirements for improvement plans available from the City's Public Works Department. The City will provide Consultant with City title sheets as AutoCAD file(s) in .dwg file format. All written documents shall be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat. 17.4 All improvement and/or construction plans shall be prepared with indelible waterproof ink or electrostatically plotted on standard twenty-four inch (24") by thirty-six inch (36") Mylar with a minimum thickness of three (3) mils. Consultant shall provide to City 'As-Built' drawings and a copy of digital Computer Aided Design and Drafting ("CADD") and Tagged Image File Format (.tiff) files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. 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, T.Y. Lin International Page 7 16-18 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. 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 prov1s1ons of the California Political Reform Act of 197 4 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 25.2 If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. T.Y. Lin International Page 8 16-19 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. 26.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: David A. Webb, Public Works Director Public Works Department City of Newport Beach 1 00 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: 27. CLAIMS Attn: Robert Barton, P.E. T.Y. Lin International 404 Camino del Rio South, Suite 700 San Diego, CA 92108 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.). 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 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 T.Y. Lin International Page 9 16-20 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 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 Contractor 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 Contractor 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. 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 T.Y. Lin International Page 10 16-21 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. 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] T.Y. Lin International Page 11 16-22 IN W ITNESS WHEREOF , the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATT~RNEY'S OFFICE Date: /f51/6 I By:~ A~~~ City Attorney P< ATTEST: Date: -------- By: _____________ _ Le ilani I. Brown C ity Clerk CITY OF NEWPORT BEACH , a California municipal corporation Date :. ________ _ By: _____________ _ Diane B. Dixon Mayor CONSULTANT: T.Y. Lin International , a California corporation Date: ---------- By: _____________ _ F.R. Clark Fernon Vice President Date : --------- By: _____________ _ Veronica Fenn ie Chief Accounting Officer [END OF SIGNATURES] Att achments: Exhibit A -Scope of Services Exhibit B-Schedule of Billing Rates Exh ibit C-Insurance Requirements T.Y. Lin International Page 12 16-23 EXHIBIT A SCOPE OF SERVICES T.Y. Lin International Page A-1 16-24 EXHIBIT A SCOPE OF WORK Applicable Standards All work process and products subject to this Agreement shall be completed in accordance with the most recent version of the applicable codes for the planning level documents. In addition, the project shall conform to the following design and environmental standards: • City of Newport Beach Standards and Specifications • Caltrans 2015 Standard Plans and Specifications • Caltrans Highway Design Manual • Caltrans Memos to Designers • Caltrans Seismic Design Criteria • AASHTO LRFD Standard Specifications for Highway Bridges, 6th Edition, with California amendments • AASHTO A Policy on Geometric Design of Highways and Streets, 2004 Edition • California Environmental Quality Act (California Public Resources Code§ 21000 et. Seq.) • ASTM E1527 Standard Practice for Environmental Site Assessments: Phase 1 Environmental Site Assessment Process Deliverables All work products are subject to review and approval by the City of Newport Beach (City). The Consultant shall provide the City with sufficient time and opportunity to review and comment on all deliverables prior to final publishing and/or submittal. As such, all deliverables shall be provided to the City in draft and final versions. Unless otherwise noted herein, the Consultant shall provide: draft submittals to the City in an acceptable digital format and all final documents in both paper and digital (both PDF and native) formats. Work Plan Following is a complete work breakdown for the preliminary engineering phase of the project. The following conventions are noted. Where the subject is implied, it shall be assumed to refer to the Consultant. Use of the word, "City", shall refer to the City of Newport Beach. 1.1 PROJECT MANAGEMENT, SCHEDULES, AND ADMINISTRATION The Consultant shall maintain frequent contact with the City, team members, and stakeholders (if needed), to keep the lines of communication open and to facilitate and ensure successful project delivery. The Consultant shall: • Establish and implement a project documenUcorrespondence management and distribution system to assure that information flows between all parties of the project as intended. lJPage 16-25 • Communicate regularly with City using telephone, email, written correspondence, and face- to-face meetings as further described in Section 1.2 below. • Develop a Project Work Plan (PWP), including goals and objectives, staff organization, scope, budget, project number identifiers, and develop communication and project management control plans. • Maintain a project contact list with names and contact information for all interested parties. • Develop and maintain a project document retention system. Said system shall catalog and retain all significant project correspondence and work products in their native format. Project Schedule To identify and manage the project critical path, the Consultant shall prepare a detailed Project Schedule based on a work breakdown structure (WBS) that will include all tasks of all parties involved in the project and will take into account agency staff review time. The schedule shall include the following information: • Task dependencies as predecessors and successors • Anticipated task durations with beginning and end dates • Critical path with milestones • Responsibility and accountability assignments The Consultant shall routinely update the schedule to manage/monitor work progress as the project progresses. A draft schedule shall be submitted to the City for review and comments. After acceptance by the City, the approved schedule shall be retained as the baseline. Updates shall be provided to the City on a monthly basis. To keep the project on schedule, the Consultant shall clearly communicate task durations and deadlines to the project team, obtain buy-in from stakeholders regarding review durations, and keep a strong focus on critical path items. The Consultant shall routinely monitor and update the schedule to track critical tasks and prioritize the Consultant's work effort to ensure that the key milestones are met. Deliverable(s): Project Schedule (baseline and monthly thereafter) Project Administration The Consultant shall monitor and control the effort and progress of the work as follows: • Set up project accounting system: The Consultant shall structure the accounting system in accordance with the City's invoicing and tracking needs. • Prepare subconsultant agreements: The Consultant shall execute contracts with the proposed subconsultants for the scope of services described herein. • Monitor subconsultant progress and review/approve invoices: The Consultant shall track the work progress of the proposed subconsultants and review their invoices for format and content compliance. • Prepare monthly progress reports and client invoices: During the term of the Agreement, the Consultant shall be responsible for reporting progress to the City on a 21Page 16-26 regular basis and as necessary to keep the project schedule up to date and ensure the project team is in concurrence. Consultant shall submit a monthly progress report to accompany invoices. The reports will include a narrative on work accomplished during the reporting period; work planned for the next reporting period; information/decisions required to maintain the project schedule and complete deliverables; decisions needed that may affect the schedule, budget, and anticipated work items; recommendations to resolve issues; and, budget status. Deliverable(s): Monthly Progress Reports 1.2 MEETINGS The Consultant shall organize, schedule, and chair meetings and conference calls as necessary to provide progress updates, coordinate between technical disciplines, and facilitate overall project communication. For each meeting, the Consultant shall prepare meeting agendas and minutes for all meetings. The agendas will be submitted to the City for review two (2) working days prior to the meeting. The minutes shall be distributed to all attendees within five (5) working days after the meeting. The minutes shall include, but not be limited to, a list of attendees with phone numbers and email, a synopsis of discussion items, any pertinent information, action items, and follow-up to action items. The following meetings are anticipated for this project. 1.2.1 Pre-Design Meeting At the start of the project, the Consultant shall organize a pre-design meeting/kick-off field meeting with all key personnel on the project. The purpose of this meeting will be to review the goals and objectives of the project, discuss each team member's roles and responsibilities, identify critical project issues and obtain consensus on task durations, particularly reviews. The pre-design meeting will help to ensure that everyone on the project team is on the same page and functioning with the same understanding regarding project delivery and execution. Part of the meeting will be held in the field to facilitate consensus on the improvement approach at the bridge site. 1.2.2 City Council Meetings The Consultant shall prepare for and attend up to two (2) City Council Meetings. Consultant shall prepare all necessary exhibits and PowerPoint slides for the presentations. 1.2.3 Parks, Beaches, and Recreation (PB&R) Meetings The Consultant shall prepare for and attend up to two (2) PB&R Commission Meetings. Consultant shall prepare all necessary exhibits and PowerPoint slides for the presentations. 1.2.4 Project Design Meetings The Project Design Conference Calls will serve as the primary forum for reviewing the status of the project and identifying and resolving project issues. Attendees will include the Consultant's Project Manager, Consultant task leads as needed, City staff, and other stakeholders as necessary. 3IPage 16-27 Throughout the anticipated duration of the project design phase, the Consultant shall facilitate and attend regularly scheduled Project Design conference calls based on the following schedule: • From project initiation through completion of concept studies maximum of ten (1 0) teleconferences. Meetings Agendas, Minutes, and Action Items will be provided. • Conference calls will be supplemented by five (5) design development face-to-face meetings between T.Y. Lin International and the City. 1.2.5 Community Outreach Meetings The Consultant shall attend up to three (3) Community Outreach Meetings. The Consultant shall present conceptual plans to various community groups as scheduled and facilitated by the City. Deliverable(s): • Meeting Notices • Agendas • Special Exhibits • Minutes 1.3 QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) The Consultant shall establish and implement a QC process to ensure that all deliverables are complete and accurate, including but not limited to, ensuring that deliverables, exhibits, and plans are checked, corrected, and back-checked. The Consultant shall review subconsultant submittals, including technical reports, to ensure that appropriate background information, study methodology, interpretation of data, format and content are completed in accordance with the scope of work. Transmittals for all deliverables shall include the name(s) and contact information of the person(s) involved in ensuring quality deliverables. Deliverable(s): Document Transmittals with QC reviewer contact information 2.1-2.2 ENVIRONMENTAL SUPPORT The Consultant will visit the project study area and will provide a recommendation on the appropriate level of environmental documentation and technical studies that would be necessary to scope the project in future phases. The consultant will identify permit requirements that would need to be obtained from Caltrans, California Coastal Commission, and other regulatory agency. The information will be summarized in a memorandum and used to support the project and will provide input to the design schedule for all environmental milestones. Preparation of the Environmental Document is not included in this scope of work, as outlined in the RFP. Deliverable(s): • Memorandum identifying type of Environmental Document, and includeCEQA Initial Study Checklist.List of Necessary permit requirements • Schedule for environmental milestones 41Page 16-28 2.3 HAZARDOUS WASTE PHASE 1 ENVIRONMENTAL SITE ASSESSMENT (ESA} The Consultant shall prepare a Phase 1 ESA records search and Initial Site Assessment (ISA) Checklist to identify documented hazardous waste sites located within the project study area for each bridge site, as well as facilities located within their respective project study areas that store, transfer, or utilize hazardous materials. The Phase 1 Initial Site Assessment (ISA) Checklist will be conducted in general conformance with Caltrans Preparation Guidelines for Initial Site Assessment Checklist for Hazardous Waste and the American Society for Testing and Materials (ASTM) Standard Practice for Environmental Site Assessments: Phase 1 Environmental Site Assessment Process, ASTM E1527-05, The ISA Checklist is a guide for district screening and assessment of projects for potential hazardous waste involvement. The following scope of work will be conducted: • A review of readily available documents which include topographic maps, geologic maps, and hydrogeological conditions associated with the subject site. • A review of readily available maps, aerial photographs and other documents relative to historical subject site usage and development. • A review of readily available federal, state, county, and city documents, and database files concerning hazardous material storage, generation and disposal, active and inactive landfills, and associated permits related to the subject property and/or immediately adjacent sites. • A site reconnaissance to observe current conditions of the subject property. • Determination of need for sampling of roadway striping to determine the presence of lead, and review of Aerially Deposited Lead (ADL) studies or the determination if an ADL study will be required. • The ISA Checklist is a guide for the Initial Site Assessment Report, but does not take the place of an ISA Report/Memorandum; however, can provide a simple determination of 'Yes' or 'No' if findings that would indicate a known or potential hazardous waste problem is within or near the proposed project. • Initial Site Assessment is Caltrans Department terminology for the industry standard Phase 1 Environmental Site Assessment. The Consultant will conduct an agency records search to identify all hazardous waste sites located within the project study areas and classified as a hazardous waste site under current state and federal guidelines. The Consultant will also conduct a visual survey of the project area to identify any obvious area of hazardous waste contamination, obtaining rights of entry to observe areas which require temporary or permanent right-of-way impacts to construct the proposed bridge replacement. A draft ISA Checklist will be prepared and submitted for review and comment. Deliverable(s): • ESA (ISA) Checklist • Results of the investigation summarized in a written report presenting findings and conclusions SJPage 16-29 3.1 SURVEYS AND TOPOGRAPHIC MAPPING 3.1.1 Perform Aerial Survey and Prepare Base Map Survey Limits Aerial Mapping will be obtained at a scale of 1 "=40' with 1-foot contours for the entire project limits shown on the bottom right. Aerial control will be tied horizontally into the North American Datum of 1983 (NAD83) and vertically to the local Orange County Benchmark (OCBM) nearest the project site. The planimetric aerial mapping will be prepared in conformance with National Map Accuracy Standards. Horizontal and vertical aerial control panels will be set to meet aerial triangulation requirements. David Evans and Associates, Inc. (DEA) will research horizontal, vertical, and land net control information available from the City and the National Geodetic Survey (NGS). Research will include recorded control maps, right-of-way maps, records of survey, corner records, and other official maps of record. Locate control points of record and set horizontal and vertical control points for project mapping in accordance with City horizontal and vertical control requirements. All surveying and mapping shall be in compliance with the provisions of the Professional Land Surveyors Act, Sections 8700 to 8805 Business and Professions Code, the provisions of the California Coordinate System, Sections 8801 to 8819 of the Public Resources Code, and any other applicable code in the State of California. The vertical datum shall be based on the North American Vertical Datum of 1988 (NAVD 88), or otherwise approved by the City. Established survey control points shall be documented on a "Survey Control Data Sheet" and shall be semi-permanent in nature so as to serve as the control for construction of the project. The Survey Control Data Sheet will provide a control diagram with existing and local control, basis of bearings, and vertical control. Deliverable(s): • Survey Control Data Sheet • Survey Control Point File in PNEZD comma delimited text file Exclusion(s): • Survey locations tie-in points for design alternatives. • Survey locations of geotechnical borings. • Survey locations of utility potholing investigations. • Cross-sections that may be required in the final design phase Topographic Surveys and Base Mapping Topographic field surveys will be performed to verify the 40-scale aerial planimetric mapping and other features obscured by vegetation or shadows. For the purposes of this proposal, two (2) eight-hour field days have been allotted for this subtask. 6IPage 16-30 Deliverable(s): • Aerial Mapping at a 40-scale with a 1-foot contour interval in AutoCAD 2015 format • Supplemental Topographic Field Survey Data in AutoCAD 2015 format • Survey Field Notes 3.1.2 Complete ALTA Site Surveys for all Affected Parcels DEA will prepare an ALTA Survey, which will cover in conformance with the "2011 Minimum Standard Detail Requirements for AL T A/ACSM Land Title Surveys, prepared and signed by a Professional Land Surveyor. DEA will utilize a current title report and copies of the recorded exceptions to title provided by the client, at no cost to DEA. The ALTA Survey will be certified to the owner(s) as specified in the title report, the buyer(s) and the issuing title company. It is important that upon authorized notice to proceed, that all names to whom this survey will be certified to be provided. Should any changes to ownership or the certificate occur after delivery of the ALTA Survey, then this proposal may be revised to reflect the same. Being that the underlying city owned parcels are very large and cover more area than the RFP designated "project area", only that portion of the red outlined area shown at right will be included in the ALTA map which will cover Assessor Parcels Numbers 424-041-009,010, 011, 012, 013, and 424-042-002 & 003. No Table A (Optional Survey Responsibilities and Specifications) have been requested at this time from the client. Therefore, the fee shown may be revised upon receipt of said Table A items. It is our understanding that the underlying parcels for the project area are owned by the City of Newport Beach. As an alternative to preparing an ALTA Survey, perhaps a Record Encumbrance Map should be considered in lieu of the ALTA Survey. A Record Encumbrance Map will show many of the same features shown in an ALTA Map such as the underlying parcel lines, right-of-way and centerlines, and record easements. When combined with the aerial mapping being provided in Task 1 above, the information needed will be depicted similarly. One exception is that typical ALTA Survey call-outs for potential encroachments along the property will not be performed. This is not considered necessary unless the City is planning to deed portions of the property. Deliverable(s ): • ALTA Survey Map at 40-scale 3.2 GEOTECHNICAL ENGINEERING 3.2.1 Design Field Review and Phase I Soils and Geotechnical Investigation Earth Mechanics, Inc. (EMI) will perform a general review of the geologic conditions of the proposed improvement area by reviewing available geologic and geotechnical literature pertaining to the project site. This will include a review of reports and geologic maps prepared by the California Geological Survey, the US Geological Survey, and other government agencies. EMI will also review as-built plans pertaining to the nearby Newport Boulevard over West Coast Highway, if available. Site Visit 7jPage 16-31 A geologic/geotechnical site reconnaissance by a California Certified Engineering Geologist and/or a California Registered Geotechnical Engineer will also be performed of the proposed improvement areas to observe and check for geologic conditions and features that could impact design, construction and cost of the proposed improvements. Geotechnical Analyses Results obtained from the site visit and geotechnical literature review will be used to establish assumed soil profiles and soil strength parameters for the development of foundation alternatives for the pedestrian bridge and parking structure. Preliminary recommendations for the pedestrian bridge will be based on AASHTO LRFD Bridge Design Specifications (201 0) with Caltrans amendments. Preliminary seismic design recommendations for the bridge will be developed following the Caltrans Seismic Design Criteria (SOC, 201 0). Preliminary foundation and seismic recommendations for the parking structure will be based on the California Building Code (2013) and the American Society of Civil Engineers (ASCE) 7-10 (July 2013 errata) Minimum Design Loads for Buildings and Other Structures, ASCE Standard 7. 3.2.2 Preliminary Geotechnical Reports (Bridge, Garage, and Park) EMI will prepare a single Preliminary Geotechnical Report (PGR) for the proposed project improvements. The PGR will include the following: • Discussion of geologic hazards affecting the proposed project improvements • Discussion of known groundwater as encountered in the geotechnical records review and potential impacts on design and construction of proposed improvements • Seismic Design Criteria for the pedestrian bridge and parking structure • Results of the preliminary liquefaction and potential seismic settlement analysis • Discussion of suitable foundation alternatives for the pedestrian bridge • Preliminary foundation recommendations for the pedestrian bridge and parking structure for cost estimating purposes • Preliminary ground improvement recommendations for the parking structure, if necessary Deliverable(s): • Preliminary Geotechnical Report 3.3 UTILITY COORDINATION Consultant will perform utility coordination for this project. To verify the existence and location of existing utilities in the project area, the Consultant shall send a Utility 'A' Package to all utility companies serving the project area. The Utility 'A' Package will consist of the following materials: • A vicinity map capturing the boundaries of all potential construction work • A base plan showing project limits, existing survey, centerlines, rights-of-way, and other pertinent survey information such as poles and utility boxes. • A letter on City letterhead requesting that each utility owner: 8JPage 16-32 • Mark their facilities on the base plans • Provide the name for the utility representative and contact information • Provide as-built or record information of the location, size, and depth of each utility company's facilities within the study boundaries • Information regarding prior rights and planned utility construction that might affect the project also will be requested Based on the information collected, the Consultant shall prepare a utility base map for use in identifying utility conflicts with the proposed improvements. Deliverable(s): • Utility 'A' Package • Utility Base Map Task 4.0-Concept Plans Through the Project Design Meetings, the City and Consultant team will establish site constraints, opportunities, and areas of further investigation to guide the concept development. Guidance may be provided from existing studies, input from the City Council, PB&R, and community meetings, as directed by the City. The Consultant shall develop a maximum of three (3) alternative concept designs for consideration based on the information available and the guidance discussed previously. After review of the concept designs, the City may choose up to two (2) final concepts for further study and presentation. The Consultant will create a three dimensional model of the final concepts for presentation. The Consultant shall produce high-quality 30 color renderings of the final concepts and mount on poster boards for presentation and discuss at various City and community meetings. 4.1 PEDESTRIAN/BICYCLE BRIDGE/STRIPING MODIFICATIONS 4.1.1 15% Planning Concepts The Consultant will prepare three (3) preliminary concept plans for the Sunset Ridge Pedestrian/Bicycle Bridge which will be coordinated with other design elements, such as the dog park and parking structure. These plans will be developed from digital topographic data provided to the team by others. Plans will be prepared at a scale of 1 "=20' to depict the design intent. Deliverable(s): 15% Planning Concepts 4.1.2 15% Planning Concept Cost Estimates The Consultant will provide an estimate of probable construction costs for the proposed Pedestrian/Bicycle Overcrossing and Roadway Striping modifications. Up to three (3) separate estimates will be prepared for each of the concepts noted above. A line item estimate will be prepared for use as a guide in the final determination of items to be constructed. 9JPage 16-33 Deliverable(s): 15% Planning Concept Cost Estimate 4.1.3 30% Alternatives (2) After review of the concept designs, the City will choose two (2) final concepts for further study and presentation. Based on comments from the Community and City Council Meetings, TYLI will revise up to two (2) concept plans (from the original three concepts). These plans will be provided in 3D color renderings for presentation purposes. Type Selection Foundation Technical Memorandum A Type Selection Foundation Technical Memorandum will be prepared for the bridge site to aid in determining the proposed bridge foundation type based upon final span length, environmental constraints, and anticipated construction sequencing. This technical memorandum will provide preliminary foundation types, construction considerations, and cost data. This study will be based upon existing data and no field sampling is anticipated. Deliverable(s): Type Selection Foundation Technical Memorandum Roadway Engineering The Consultant will develop exhibits for the two (2) "build" alternatives. These exhibits will include aerial imaging, topographic mapping, preliminary alignment and profile information, as well as key-typical cross-sections. This information will be developed in concert with the PDT and will serve as the vehicle for determining the locally preferred alternative. Deliverable(s): Alternative Development and Exhibits Bridge Type Selection Report The Consultant shall develop advance planning studies (APS) for the bridge to document scope and cost of the bridge work. The APS will consist of one plan sheet for each alternative showing the basic structure layout, details, and cost estimate in accordance with the Caltrans Memo to Designers Manual. The alternatives will be coordinated with the preliminary roadway design to ensure the most feasible alternatives are considered that addresses project issues and constraints. Upon approval by the City of the preferred alternative, the Consultant shall develop a Draft General Plan for the preferred alternative. The Draft General Plan, as well as the supporting documentation for the selection of the alternative, will be compiled into a Draft Type Selection Report that conforms with Caltrans Memos to Designers. The Draft Type Selection Report will be submitted to the City. The Preliminary Foundation Report will be included with the submittal of the Draft Type Selection Report. Based on the comments received, the Consultant will finalize the General Plan and the Type Selection Report Deliverable(s): Advance Planning Studies, Aesthetics Study, and Type Selection Report with General Plan 10 I Page 16-34 4.1.4 30% Cost Estimates The Consultant shall prepare an Engineers Estimate of construction costs, based on approximated quantity takeoffs and current unit prices. A reasonable upward adjustment will be applied to all bid quantities that may vary during construction to allow for any necessary design adjustments. The estimate will be prepared according to the standard Caltrans estimating system format. Quantities for all contract items, including cost of lump sum items, will be substantiated by calculations. The APS-Ievel estimates are based on approximate quantities using tables, square-foot factors, and other guides published by Caltrans and the Consultant's experience with structures of similar type and setting. Deliverable(s): 30% Cost Estimates 4.2 PARKING GARAGE 4.2.1 15% Planning Concepts The Consultant will establish the Design Criteria for the parking component to obtain a clear understanding of the goals and objectives. The Design Criteria will typically include the following: • Maximum size of the site available for parking including any required setbacks or height restrictions • Number of parking spaces to be provided in the facility • Location, number, and type of vehicular entries and exits based on input from the City • Preliminary input and review by the regulatory agencies having jurisdiction over the project • Method of parking control to be incorporated within the parking facility • Pedestrian access and egress requirements Once the Design Criteria have been established, the Consultant will: • Analyze site/property information including, but not be limited to: zoning requirements; any setbacks that might be required; bearings and dimensions of property lines surrounding the site; topographic information; physical characteristics of the site; possible locations of bus stops; locations of pedestrian access and egress points; and location, type, and size of existing utilities. Obtain preliminary input and review by the regulatory agencies having jurisdiction over the project. • Establish the preliminary location and layout of entry/exit driveways as they relate to ease of ingress and egress of the project, potential queuing of traffic, general traffic flow, and the number of entry/exit control lanes needed, based on input from the City. • Apply parking standards established by the City of Newport Beach Planning and Zoning Code. These standards consist of percentage of compact spaces allowed, space width and length, adequate width of drive aisles, and appropriate turning geometry to allow convenient parklunpark movements and vehicular circulation. The lljPage 16-35 standards also establish maximum slope of entry/exit ramps, interior parking ramps and driving ramps. • Prepare up to three (3) conceptual parking solutions based on various circulation, ramping and vertical-flow systems. Provide preliminary structural framing layout with horizontal and vertical dimensioning, general parking layout, and turning geometry with proper consideration given to user comfort and security. Establish parking layout and quantity of spaces for persons with disabilities in conformance with California Title 24 and the American with Disabilities (ADA) Act. Prepare a Parking Space and Area Summary to aid in comparing each option. Present evaluation of all options to the City with specific recommendations and/or comments on advantages and disadvantages. Produce CADD drawings at an appropriate scale based on the project base mapping. Deliverable(s): 15% Planning Concepts 4.2.2 15% Planning Concept Cost Estimates The Consultant will provide conceptual estimate of probable construction costs for the proposed parking structure. Separate estimates will be prepared for each of the concepts noted above. Deliverable(s): 15% Planning Concept Cost Estimates 4.2.3 30% Design for Two (2) Alternatives During this Phase, the Consultant will: • Prepare 30% Design Drawings for two (2) alternatives, based on the selected Conceptual Design, illustrating appropriate floor areas (size, shapes, and arrangements), elevations, and sections and submit to City for review and approval. • Prepare CADD drawings illustrating in greater detail than the Conceptual Design Drawings, floor area relationships, layout of parking spaces, space and aisle dimensions and ramp slopes. The Design Drawings shall include information covering matters that will materially affect the cost of the project and the essential operational requirements of the project, based on the approved Conceptual Design and all modifications that the City may request. • Make recommendations for directional and regulatory signage for vehicular traffic to enter, search for available parking, and exit the parking structure. Deliverable(s): 30% Alternative Plans 4.2.4 30% Cost Estimates The Consultant will provide a line item estimate of probable construction costs for the proposed parking structure. Separate estimates will be prepared for each of the Alternatives noted above. Estimate will be prepared for use as a guide in the final selection of the Alternative. Deliverable(s): 30% Alternative Cost Estimates 12 I P age 16-36 4.3 LANDSCAPE AND DOG PARK PLANS 4.3.1 15% Planning Concepts DEA will prepare preliminary dog park concept plans for the area located between the parking structure and upper Sunset View Park and will include amenities such as small and large dog park areas, site amenities, and landscape improvements which provide a seamless transition from the newly constructed, 13.7-acre active park site. These plans will be developed from digital topographic data provided to our team by others. DEA will also perform a physical assessment of the project area to determine the placement of elements which impact the overall design including circulation, parking and the proposed pedestrian/bicycle bridge. Plans will be prepared at a scale of 1"=20' to depict the design intent. Up to three (3) varying concept plans will be prepared; however, minor modifications may be required based on access given the number of conceptual plans prepared for the entire project which includes a pedestrian/bicycle bridge and 180-stall parking structure to accommodate park visitors. Plans will be prepared in color for presentation purposes (plan view only). Deliverable(s): 15% Planning Concepts 4.3.2 15% Planning Concept Cost Estimates DEA will provide an estimate of probable construction costs for the proposed dog park improvements. Up to three (3) separate estimates will be prepared for each of the concepts noted above. A, line item estimate will be prepared for use as a guide in the final determination of items to be constructed. Deliverable(s): 15% Planning Concept Cost Estimates 4.3.3 30% Alternatives DEA will revise up to two (2) concept plans (from the original three concepts) based on input received from the City and community. These plans will be provided in color for presentation purposes (plan view only). Colored 3D visual simulations are not included at this time. Deliverable(s): 30% Alternatives Plans 4.3.4 30% Cost Estimates DEA will provide up to two (2) revised estimates of probable construction costs for the revised conceptual dog park plans. A, line item estimate will be prepared for use as a guide in the final determination of items to be constructed. Deliverable(s): 30% Alternative Cost Estimates ASSUMPTIONS • This scope of work constitutes our current understanding of the project. Other tasks not specifically addressed in this scope are excluded, but can be negotiated if desired. Certain assumptions have been made in preparing the scope of work and schedule of billing rates. To the extent possible, they are stated herein and are reflected in the schedule of billing rates. If the actual total effort required is substantially different from that estimated, as based 13jPage 16-37 on our understanding of the project, the field investigations proposed, and the assumptions presented herein, it is anticipated that Consultant and City will revise the scope, schedule, and budget accordingly by way of an amendment to the agreement. • Existing design drawings, "as-built" drawings, design plans, reports, and specifications for planned, existing, adjacent and affected facilities will be made available to Consultant by City. The Consultant and the City assume that the information provided on these documents is accurate for the continuation of the design process, unless otherwise noted by City. • Adequate utility and property records are available, and will be furnished by City or the utility owner/operators. Consultant will rely upon such records without independent verification. Consultant cannot be held liable for consequences arising from the discovery during construction of undocumented or incorrectly located buried utilities. • Application for, processing, payment of any fees associated with, and obtaining any regulatory permits applicable for this project is excluded unless specifically included in Consultant's scope and budget. • Planning level construction cost estimates are budget level costs. In addition, appropriate contingency should be added to reflect the preliminary nature of the design work. 14 I P age 16-38 EXHIBIT B SCHEDULE OF BILLING RATES T.Y. Lin International Page B-1 16-39 1'¥LININTERNATIONAL I SCHEDULE OF FEES ENGINEERING Senior Principal Engineer ..................................................................................................................... $275.00 Principal Engineer ................................................................................................................................ $260.00 Supervising Engineer ............................................................................................................................ $220.00 Senior Engineer II .................................................................................................................................. $200.00 Senior Engineer l .................................................................................................................................... $165.00 Engineer II. .............................................................................................................................................. $150.00 Engineer I ................................................................................................................................................ $138.00 Assistant Engineer ................................................................................................................................. $128.00 Civil Engineer ......................................................................................................................................... $118.00 Design Technician III ............................................................................................................................. $145.00 Design Technician II .............................................................................................................................. $115.00 Design Technician I ................................................................................................................................. $81.00 Engineering Intern ................................................................................................................................... $60.00 ARCHITECTURAL Senior Architect ...................................................................................................................................... $200.00 Architect II .............................................................................................................................................. $150.00 Architect I ................................................................................................................................................ $118.00 ENVIRONMENTAL Environmental Services Manager ....................................................................................................... $180.00 CONSTRUCTION Principal Construction Engineer ......................................................................................................... $260.00 Senior Construction Engineer II ........................................................................................................... $185.00 Senior Construction Engineer I ............................................................................................................ $160.00 Construction Engineer .......................................................................................................................... $140.00 Assistant Construction Engineer/Inspector ....................................................................................... $120.00 ADMINISTRATION Project Accountant... .............................................................................................................................. $110.00 Administrative ......................................................................................................................................... $60.00 Vehicle Mileage ................................................................................................................................ $0.60 /mile Construction Engineers/Inspectors are provided with trucks equipped with rotating amber safety beacons and toolboxes containing the necessary hand tools required during construction inspections. Specialty equipment, if required, may be billed separately upon mutual agreement of the Parties. Hourly charges include provision for normal office overhead costs, such as office rental, utilities, insurance, clerical services, equipment, normal supplies and materials, and in-house reproduction services. Other expenses such as special consultants or purchased outside services will be billed at cost plus 10 percent. 16-40 FR O . I t : C l Ne w p o r t Be a c h • Lo v . r o t Su n s e ! Vt e - x Pa r k E. l d o n S J o n Ta s k ll o . TA S K AC T I V I T Y Pr i m a r y Ro s p o n s t b l l l t y QA - Q C CI T Y OF NE W P O R T BE A C H LO W E R SU N S E T VI E W PA R K EX T E N S I O N DE S I G N BU D G E T Se n i o r 1t C ! l S Et : g , n e e r Lo a d e d Ra t e s {L e a v e Bl a n k lo r oo w EXHIBITS 41 ! ! 1 2 0 1 6 TY U H O U R S SUBCONSUl TANT TOTAL HOURS TO T A L TO T A l OD e HO U R S DEA IPD EMJ BRG TOTALS -" " - -- , _ , - - S " ~ c c : : . ~ u 7 1e. . . , . • " " = - . = = · : : : ; • . . , - - - - - - - + - - = : - ; - - l - - c o 2 4 = . o ~ - - m · - - - - t - - - - ! l - - - - t - - - r - - - - - , - , , - J - - - - - t - - - 1 - - - - -- - , s . o o - - : _ • { ) l - - - - t - - - ; t " " s o " . n ' 1 ----+---.a-...o·l------------·-a:-oo 8. 0 8. 0 16 . 0 S. Q 17 . 0 26 . 0 26 . 0 46 . 0 35 . 0 6. 0 2. 0 10 . 0 -. 2. 0 2. 1 ) 8. 0 8. 0 2. 0 8. 0 2. 0 12 . 0 12 . 0 20 . 0 20 . 0 14 . \ ) LO 4, 0 6. 0 I · z . o ~ - - . : 2. l l 16 . 0 !2 . 0 16 . 0 24 . 0 10 . d 6J l 8. 0 12 . 0 B. f l 2. 0 2. 0 24 - ' J 8. 0 40 . 0 . 2~ . 0 J2 L O 47 . 0 \5 6 . 0 - - - - - - - - - 7 2 . 0 44.00 --ss:-oo U - - - l f - - - - : - : : - - 1 1 . = = = = - - - - - - - - - - - - - ' - - - - - l - - ' - t - - - ' - f - - - - = - - - i 1 - - - ' - - + - - - - t - - - - r - - - l - - - - t - - - - r - - - t - - - t - - - - - l t - - - - - t - - - - --------------------- 2. 0 38 . { ) I 10 0 . 0 12 . 0 10 . 0 26 . 0 __ _ _ U. S f ' S " O ! > " - ~ , . . - .. . _ - - - - - - - - _ . , . , _ _ _ _ - - - - - ~ -- - - - : - . U ~A P e A N I > D O O P A R K -- - --l i = = ~ - : - c " ~ e o . . , . .. ~.-~ , . . .. - - - - - - - - - - + - - : : - - - - -- H -- - : t - - ---: - --- - 3 ~i -- - - - ; : t-- - - ~ - - . A l l . TO T A L S : 64 . 0 32 7 . 0 15 4 . 0 I 17 4 . 0 34 3 . 0 00 . 0 13 3 . 0 12 0 . < ! 20 . 0 4. 0 29 6 . 0 36 . 0 20 . 0 2. 0 - - - ~ 6 : 0 ---- - - : - - - : - - - - · - 256.0 32.0 226.0 32.0 --256.00 32.00 226.00 32.00 -----: 15 . 0 _ __ 1 8 . 0 -- - ~ ~ ~ f- - - - : - _ _ _ _ _ 1~~ g _ __1~~ --------1::: ti . O 12 . 0 22 . 0 69 . 0 56.0 56.00 12 . 0 -- ~ 0 - ____!Z,I!_ ------------___ -_ ~ -- ~ - - - - - - - - - - 1 - - - - - - - - - - - ~7 . 5 0 0 . 0 0 $12.000.00 $1,500.00 $750.00 $250.00 $22.000.00 49 5 . 0 1 32 5 . 0 71 . 0 34 6 . 0 69 . 0 2. 5 9 2 . 0 439.0 648.00 125.00 62.00 1,274.00 16-41 Ne w p o r t Be a c h - Lo w e r Su n s e t Vi e w Pa r k Ex t e n s i o n Ta s k Ho . Su b - T a s k TA S K AC T I V I T Y t' r ma r y Re s p o n s i b i l i t y HO U R S TY L I DE A IP D EM I I BR G 1. 0 PR O J E C T MA N A G E M E N T 1. 1 Pr o l e c t Ma n a g e m e n t , Sc h e d u l e .. an d Ad m l n J s t r a l l o n TY U 18 0 $3 1 , 7 6 0 $0 $9 6 0 $0 I $0 1. 2 Me e l l n g s TY U D E A I I P D TY U I D E A I I P D 57 $8 , 0 8 0 $1 ,4 8 0 $6 3 0 $5 7 0 I 74 $1 1 , 5 2 0 $ 1 , 8 5 0 - ~; 4 4 o $0 I 1. 2 . B& R c~I T > m l s s ! o r ~ u e e t l n ! l s ~21 J n c : l u d ! n ! l pre p a ~ _ l l o n _a l l < l _ bo a r d s - - - - - - - - ~ 4 ro ) e c t De s i g n Te l e c o n f e r e n c e s {t O ) , Cl l y Me e l t n g s (5 1 $0 $o _ _ _ _ _ _ _ _ 1. 2 . 5 omi T i u n i i V _ ( ) u l r e a c h ~ e l l ' ~ " ! l 5 _ ~ } , _ 1 n c l u d l n g p r e p a r a t l o n a n d b o a r c ! s _ TY U I D E A I I P D TY U I D E A I I P D $0 $0 2. 0 1. 3 ua l l t y As s u r a n c e f Q u a i H y C o n t r o i ( T Y L I On l y • su b s to In c l u d e In de l i v e r a b l e an d de s i g n re l a t a < ! ta s k s ] iN V l R O N M _ E __ NT _ A L _ S _ U _ P - P O _ A T _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - - - - - ~ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ~ 2"" . 2 ~ ~e. . ; , I~.; ~pp r o p r i ~ t e e n v i r ~ n m ; ; ; ; l a l . k . c u m e n t a t l o n an d sc h e d u l e (n o ED In c l u d e d } - - ; ¥ U TY U 0 32 - ~ - - _ a _ ~~" ! _ d o _ u s ~as l e _ j > h a s e 1 ES A _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ TY U 62 $4 4 0 _ $ 0 _ ~ ~ 0 _ _ _ $ 0 _ 1 _ $ 1 _ 1 , ) 0 0 __ 3. 0 NG I N E E R I N G SU P P O R T i 3. 1 ur v e y s an d To p < > g r a p h ! c Ma p p i n g DE A i 3. 1 . er ! o r m Ae r i a l Su r v e y an d Pr e p a r e Ba s e Ma p DE A 44 $0 $8 , 2 8 0 $0 $0 I $0 3. 1 . om p l e t e A L T A S I I e S U r v e y s f o r a i i A f t e d e d P a r c e l s DE A 85 $0 $1 4 , 2 4 5 $0 $0 ! $0 3. 2 En g i n e e r i n g EM I I _ _ _ _ 3. ~ - ~'t . ~ ' : ' l l ! ' • l l o ~ _ _ _ _ _ _ _ _ _ _ _ _ ·- - - - - - - - - + - ~ T Y U _ 10 1 _ _ _ _ _ _ _ $1 4 , 0 0 ' ! : _ _ _ $3 . 3 2 Q _ ~ ~ 0 - __ _ ! O _ ~ I _ _ $ Q _ M ·· ; - ; ; ; - - : - , , .. . . . - .. - , - - 'P A d 0 $0 $0 $0 $0 I $0 4. 0 ON C E P T PL A N S -- - - - r - - - 4. 1 Pe d e s 1 r i a n ! B i c y c l e Br i d g e i S t r i p i n g Mo d i ! i c a l ! o n s __ 4. 1 . 5% Pl a n n i n g Co n c e p t s (3 ) i n u 32 1 $s 3 : o 5 o -s o - - - - $ 0 ~ ·- s - o - - r w - - TY L I __ 4 7 _ _ _ _ $L ] ~ ~ - _ _ $Q _ _ - ~ - r - _ $ 0 _ _ j _ _ $ 0 __ TY U 15 6 $2 5 , 8 4 0 $0 $0 $0 j $0 4. 1 , 2 5% Pl a n n i n g Co n c e p t Co s t Es t i m a t e s _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ -- - - 4 : 1 . : . 3D % Alt . ; m . ; ; , . - . ; . (2 ) - - - TY L = - 1 - - - - t - - - ' - 7 2 = - - - - - t - - ' $ ' - ' 1 1 , 6 9 6 $0 $0 $0 $0 TY U 0 $0 $0 $0 $ 0 1 $ 0 I 4. 2 AR K J N G GA R A G E 29 6 $7 , 4 6 0 $0 $3 1 , 9 8 0 $0 36 $7 7 0 $0 $4 , 6 8 0 $0 25 6 $5 , 5 7 0 $0 $2 6 , 5 8 0 $0 36 $7 7 0 - - $0 $4 , 6 8 0 $0 0 $o $0 $0 - . $0 4. 2 . : ~m a U v e s !2 ) IP D ! $0 _ _ _ _ --~ ~ ~~ _t~E~su~~ ~ a _ t ~ e · ~ - ~~~ ~ = = = = = = - = = - - : = = = = = = = = = - - = ~ : : _ : : = . _ _ : : : - ~--_ : - t - = ~ I P ~ D ~ = + = = t : = = l = : : ) ~ = t : = . J ~ : _ : : _ : ~ _ : j ~ : _ L ~ t : _ : : : · + - - t = : : $ ~ o t __ =~~ .. . . , :c : . . . . . 11 ' 9 , $0 -- - - t - - - - 1 1 - - : - : - ~ c : - : - : : ~ c c : : - = - = - = : - = = - : - - - - - - - - - - - - - - - - - - - - - - - - · - ·- - · 4. 3 ~D S C A P E AN D DO G PA R K _ _ _ _ _ _ _ _ _ 4. 3 . ,_ s ' ; ' . ~ t a _ n n l n g e o n l : e p t s ( 3 l _ _ _ _ _ _ _ _ _ _ _ _ _ 4. 3 . 5% Pl a n n i n g Co n c e p t Co s l Es t i m a t e s 4. 3 . ~0 % Al l e m a t i v e s (2 ) 4. 3 . ~o % Co s t Es l l m a l e s - - - - - - C . . . . . on s u l l a n t Ma r k u p si d e Se r v i c e - - - - - - - - - - - - - - - - - - + - - - - - 1 - - - - - - - - - 1 - - - - - - l f - - - - - f - - - - - - - - -- - - - - t - - - - - _D E A ~ - ~_ 1 2 5 _ _ _ $3 , 3 8 0 - - $ 4 4 0 - - DE A DE A DE A OE A 40 _ _ _ _ 6 9 ~ - -- $ 2 , 3 7 0 19 $4 4 0 $ 0 - - A i l · ~ - - - - - - ~ - - Alt $7 , 5 0 0 $1 3 , 2 4 0 $4 , 4 1 0 - - $6 . 9 9 0 $2 , 0 9 5 $0 $0 $1 2 , 0 0 0 25 9 2 $2 4 4 , 8 3 0 $7 6 , 5 7 5 $0 $0 $0 $0 $ 0 - $0 $2 , 6 0 0 -: I : I $0 - t $0 $7 5 0 $0 $0 $0 $0 $0 $0 $2 5 0 $8 6 , 0 0 0 $1 1 , 2 4 0 $1 1 , 3 5 0 Sub Task Total $32,720 $10,760 $14,810 $14,350 $24,486 $25,055 $4,400 $0 $5,840 $11,540 $8,280 $14,245 $4,806 $4,090 $17,324 $0 $53,050 $7,748 $25,840 $11,696 $0 $39,440 $5,450 $32,150 $5.450 $0 $16.620 $4,850 $9.360 $2,535 $0 $23,100 $429,995 TOTAL Task Total $126,581 $17,380 $48,745 $98,334 $82,490 $33,365 $0 $23,100 $429,995 TOTAL 16-42 1~Y " W i JN T C . R N A T I O I ~ A l Ne w p o r 1 Be a c h • lo w e r Su n s e t Vt ' : ! ' N Pa ! k Ex l o n s 1 o n Ta s k No . 1.2 - . . Pr o } & c t De s l s A Te l e e a n t e r e n c e s (1 0 } , Ci t y Me e t l n g s { - 5 ) 1 . U om m u n i t y Oo r u e a c b Me e t i n g s (3 J , l n c t u d i n g pr v p . a r a d o n M d bc a r d . a Q_ u a l i t y As s t i ~ a n c e l Q u a J i t y Co n l l a l {T Y U Oa l y •S U b s to ln c . h M i e In ~! v e J a b i & an d de s i g n re l a t e d ta s k - a ) E_ N V ! R D N M E N T AL SU P P O R T Pr i m a r y Re s p o n s i b i l i t y - - - - - - T r u - TY U I D E A A P D TY L . I I D E M ? D TY L . I I O E A 4 P D TY L . I I D E A A P D T'I L . I I D E A A P D _ _ _ ~ U I D E A A P D TY U I D E A J I J > D l~_ - _ r- c p - r l a t o _ • , . _ • _ " o n m _ - on t a t do c u m o n _ " ' __ tl o n Me l ae h e d u l e (n o EO l f - - - j - - - = 2 . : = . 3 - r W a s i O P h - 1 ES A _ _ _ _ __ _ TY U TY L I - - T Su J W y . c m d Pr o p a n ; Bu e Ya p DE A CI T Y OF NE W P O R T BE A C H LO W E R SU N S E T PA R K EX T E N S I O N DE S I G N BU D G E T AP P E N D I X B U: t . E S T O N f ! f > J - U . S E ! i ' R O J E G T ~ R Y < - - l o a d e d Ra t e s (l e a v e Bl a n k fo r n o w ) - > Pr r c i p a l - l Pr o t e c t ON O C m. . C h a r g s Ma n a g e r lo ! ! i l d 25 0 22 0 22 ! 1 -2 4 . 0 ; 84 . 0 I :: z I 8. 0 16 . 0 ! 16 . 0 16 . 0 31 . 0 8. 0 20 . 0 6. 0 14 . 0 ; -, U i 2. 0 - - - - - :: > c m o r I Tt a n s Se m m En g m e e r 20 0 16 5 8. 0 : 2. o I 2. 0 ! 10 _ ( ) ' 2 0 . 0 ' ! - 20 0 15 0 8. 0 16 . 0 r- - - -2 . 0 16 . 0 2. 0 10 . 0 8. 0 13 8 18 0 · · [ - - __ _ B . O j . 8 . 0 ' 2. 0 2. 0 I - - - - - - - - - ~ - - 18 0 30 . { ) CADD Scpport AccGun1. 145 !HI ·---'---wl ~-4.0 4.0 12.0 -~-ODC 4/B/20!6 SUB Total Hours 172.(1 40.0 ---56.0 48.0 71.0 20.0 32.0 _ ___1.0_ :~=== t = = ~ ~ - ~ ~ ~ 3 ~ ~:nq ~ ~ = : : ~ : D ~ • P _ - , _ ~ _ ~ _ I A _ H _ ~ _ P _ • _ • ~ _ · · - - - - - - ~ - - - D ~ E ~ ~ A - - - t - - - - - - + - - - - - - 4 - - - - - - 4 - - - - - - - ~ - - - - ~ - - - - - - ~ - - - - - t - - - - - - t - - - - - ~ - - - - - - 4 - - - - - - 4 ~ - - - - ~ - - - - - - 4 - - - - - - 4 ! 3. 1 fi= ~ = M o p p l n q ___ _ DE A _ _ ~ ov l o w an d Ph a ! ! C ~So U : ! ! a~ _ G _ e o t e c b n t c a l l n v e s t i g a t t o n EM I ll - - + - - - - : : - 3 . - : : - l -'- ' 3 _ n.a~ : t t l \ t c a l Rep : O f ' t i - ( B r t d g o ~ Ga r • a • . an d Pa r t ( ) 4. 0 NC E P T P L A N S ~$ ~ 8 1 c y d e Br l d g e ~ S l ! l ~ ~ M~ l f l c a ! l O M U . l -% P I & n n l n g C o n « > p 1 > ! 3 ) 4. 1 : l ,. , . p; . n n t n g Co n e o p t Co a t Eo l l m O I . . 4, 2 . ·% P i o n n l n ! ! C e n < : o p l s {l ) :: : : ~~= l ~ ~ : o ; , e p t Cos ~ ~s~ ~ m a t H ___ _ _ _ _ _ 4.. 2 : . . :: w - 4 Co a 1 Ee t l : m a t e s 4. 3 :5 % Pl a n n i n g Co n c e p t Co s t Es U ! n i r t e S 4. 3 . ~A I I o m a l l v o • [ 2 ) 4. 3 . :3 0 % Co a t Es t i m a t e s Su b c o n s u t t a n t ll . a . r t t u p OD C I O u t s l d o S o n k e EM I TY U +\ ' U - - TY U TY U T' l l l T' l l l 'R ' U - - - - - - - - IJ > D IP D IP D IP D -DE A DE A DE A Al l Al l TO T A L S : 2. 0 J 16 . 0 1. 0 2 . 0 ' h) . O 2. 0 1. 0 4. 0 1\ 1 0 6. 0 2. 0 2. 0 8. 0 ~+ - - - 2. 0 2. 0 2. 0 I 2. 0 -~ - 2 - : - o - 2. 0 ~ - - - -, - -- 2 . 0 2. 0 1. 0 1. 0 1. 0 1. 0 LO 1. 0 1. 0 1. 0 - - - - , - - i ·- - 1 64 . 0 24 1 . 0 44 . 0 72 . 0 4. 0 2. 0 16 . 0 8. 0 16 . ( ) : - 12 . 0 - c - - - - 2 4 . 0 65 . 0 10 0 . 0 8. 0 16 . 0 16 . 0 10 . 0 40 . 0 50 . 0 a. o 12 . 0 16 . 0 ; - - - - - - - - ~ - - - - - - 12 . 0 2 0 . 0 ' - 4 . Q _ = - - - 1. ( ) 12 . 0 1. 0 8 . 0 ' -- - I . --- - - - - + 90 . 0 68 . 0 14 5 . 0 2 9 6 . 0 ' - - 30 . 0 24.0 so.o 40.0 24.0 4.0 2.0 4.0 2.0-200.0 f-~ r-----$7.500.00-64.0 $ 7.500.00 4.0 83.0 321.0 47.0 156.0 72.0 40.0 19.0 2.0 13.0 2.0 1.318.0 16-43 DA V i D LV A N S A! > J D AS S O C ~ TE S . IN C . Ne w p o r t Be a c h - Lo w e r Su n s e t Vi e w Pa r k Ex t e n s i o n Ta s k No . 1. 1 ) Su b - T a s k I - - - _ _ 1_ . 2 _ 1 1 - - - 1 - - - - " 1 . 2 . 1. 2 . TA S K AC 1 1 V I T Y EN T Sc h e d u l e s an d Ad ' m l n l s t r a U o n ng s - sl g n M e e t J n 9 ( 1 - ) ~- - Co u n c i l Me e ~ ~ s J ~ ~ ~n c l u d l ~ pr e p a r ~ t l o n an d bo e l d s R C< > m m l s s l o n Me e t i n g s (2 ) , 1 n d u d l n g pr o p a r a l l o n an d bo a r d s --- - o ; ; l g n T ; ; l ; c ; ; - J d ~ r e n c e s (lO ) ~ Ci t y Me d n g s t 5 i - ~ - CI T Y OF NE W P O R T BE A C H LO W E R SU N S E T VI E W PA R K EX T E N S I O N DE S I G N BU D G E T AP P E N D I X B < - - l o a d e d Ra t e s I Le a v e Bl a n k fo r n o w l - - > Pr i m a r y Re s p o n s i l l i l i l y TV U 18 5 QA ! O C Le a d _T Y L , J I D E A I I P D _ _ _ _ _ - - - - l - ~ - TY l . I I D E A I I P D 8 . 0 ! P• o t e c t 2 Ps r s o n la n d s c a p e S- e n 1 o f Pr u j e c ! la n d s c a p e CA O O F> c l d Sn- - ~ Ar c h Ar c h i t e c t Su N e y o r Ar c h lm g a t i o n De s Gr a p h t c De s Su p p o r t 26 5 15 5 18 5 14 5 12 5 11 5 11 5 10 5 - j - ~ -- - __ ;, - · - - -~ - - - - - - - - - ~- - 1 ~ - ~ - 1 - - - - -- + - - ~ - - - - TY l . I I D E A I I P D _ _ ~- - __ _ _ 10 . 0 J- __ _ _ _ _ _ _ _ _ +-- ~ - - - l TY l . I I D E A I I P O TY l . I I D E A I I P O TY l . I I D E A I I P D 15 . 0 - - 5. 0 6. 0 Accounl. 85 ooc 4/S/2016 LlEA Total Hours DEA 8.0 1.480.00 10.0 l----1:_::.8;:::5:::.:0-:::.:00:..-j 21.0 3.465.00 . i - - - - 1 - - - - - - - - - - j - - - · - - - - -~ - - - -- 1 - -- --+~ ~ ~ - -~~ ----~------=~-1------.:.........j _2 . 0 _ _ -r l ~ A L S U P P O R T _ _ ~ _- 11- - - J - - - ~ - - ap p r o p n e t e e m l r o n m e n t a J do c u m e n t a t i o n an d sc M d u J e {n o ED + ¥ U ll - - + - ~ 2 . ~ 2 ~ TY U _ - ~ _ _! l o s ' ! _ l ' h a s < I I E S A _ _ _ _ _ _ _ _ _ _ _ TY U . - i- - - 1- -t - - - r - 1 i ! i j 1 3. 0 3. 1 SU~pogc= . p rapllc_ : P O : ~ R ~ ~ ' - = M a p - - - : p ! ~ n g - - - - - - - - - - - - - - - - DE A - - f- - - - ! - - - - - - l ~ ~ - - 1 - - - - + - - - - - l - - - - ~~ ~ _ j - - - - - - - - + 1 -- - - ! - - - - - 1 - - - - - l - - - - - 1 1 - - - ~ l - - - - - - - - l 3. 1 . 3. 1 3. 2 3. 2 . Su r v e y an d Pr e p a r e B n e Ma p Si t e Sw ' v e y s fo r aU AH e c : t o d Pa r - c e - l s ng l • e e d n g Ph . a s e 1 Se l l s an : l Ge o t e d W c o l l n v e s t i g e t i o n ~~ ~ ~ B r i d g e , Ge n g e , an d Pa l ~ - - ~ - - - - - - - ~ DE A DE A EM I EM I EM I TY U +¥ U 4. 0 16 . 0 I 4 - : o r - ~ - - 1 21 . 0 32 . 0 i- 12 . 0 +- - - r - - - - 24 . 0 I I 8. 0 3.0 44.0 8.280.00 .. -----"-----~ 24.0 3.320.00 4. 0 -- - - - - - - - - - - - - - - - - - - - - - l - - - - - - 1 - - - - - l - - - - - ~ ~ - - ~ - ~ - r ~ ~ - ~ - ~ ~ ~ ~ - 4 1~ ~ - r - - ~ - + ~ ~ - ~ ~ ~ - 1 - - ~ - - - ~- · - - ~ ~ 4. 1 . 4, 1 . _ y , j ll r l d g e t S i r l p l n g _M o d i l l c a l l o n s PI O . . ; , i n g Co n c e p l s (3 ) Pl a n n l - n g Co n c e p t Co s t Es t i m a t e s AJ t o r n o t l v < > s ( 2 f Co s t Ea c l m a t s s _D p t l o n a 1 _ " _ B _ r l d 1 J i n g Oo c u m e R I " TY U TY U TY U TY U -- ~ 4. 2 . 1 ~~ ~ ~ ~ . . i 6 ~ : . = - p l - s - { - c 3 _ 1 - - - - - - - - - - - - - - l - ~ IP D 4. 2 . IS % Pl a m l n g Co n e e p l Co s t E . s l h n a - !P O 4. 2 . IO % A J t e m a l l ¥ e s ( 2 ) - - - - - - ~ - ~ - - - ! P o - - - _ _ _ _ _ _ .u . 15 % 0 p t l o N I _ : B r i d g l n g Do e u m e n ! " ~ _ 1 _ I! I Q 4. 3 . DS C A P E AN D DO G PA R K - - - - - - - - - - - - - - - Pl o n n l n g Co n c e p t s (3 ) P! e M n g ~ Co n c e p t Co s t Es 1 i m a t e s AJ i e r n a t i V H ( 2 ) DE A :: : . . . <- - - - 1 - - - i - - ~ - - L I ... -- - - - - 1 - - - - - --- - ~ - - - -~- - - - ~ - - - ~ -- - - - - - - 1 - - - - - - - - 1 - - - - - - - - - 1 - - - - - - f : - - - - - ' - - - - - - - - I - - - 1 - - - - - - I I 5. 0 I· · Ji : f o j - - - - - - - ~ I J. o -, s _ o 4. 3 . Co s t Ea H m a t - e s DE A 2. 0 i 3. 0 : - ~ - - ~ 05 . 1 1 _ _ - ~ ~ - - -- - - - - t - - - + - - - ~ - - - Al l Al l --~-~1-----_:_1 _____ ...:_-1 --------------------~ -----1-----~ 50 . 0 106.0 13.240.00 32 . 0 38.0 4.410.00 20 . 0 56.0 6.990.00 12 . 0 17.0 2.095.00 16-44 IN T E R N A T I O N A L PA f l K l l l B DE S I G N . !N C . Ne w p o r t Be a c h - Lo w e r Su n s e t Vi e w Pa r k Ex t e n s i o n Ta s k No . 1. 0 Su b - T a s k 1. 1 1. 2 1. 2 . ,_ 1. 1 - - - - - - TA S K AC T I V I T Y Pr i m a r y Re s p o n s i b i l i t y _S c _ h e d u l e , a n d _ A d _ f 1 1 1 n ! s t r a t t o _ n _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ TY L I TY L I J O E M P D (1 ) TY L I J O E M P D (2 ] , 1 n c l u d l n g pr e p a , . l l o n an d bo a r d s _T Y L I J O E A A P D _ (2 ] , 1 n c l u d t n g pr o p a r e t l o n an d bo a r d s TY L I J O E A I ! P D (1 0 } , Ci t y Me e t i n g s (5 ) I TY L I J O E A A P D gs (3 } , In c l u d i n g pr e p a r a l l o n an d bo a r d s ! TY L I J O E A I ! P D ASs u m ~ c e i c i . m l i i Y c o i ; ! T . ) I ( r Y u o n l y - su b s to In c l u d e In dei i v ; ; r ; b l ; ' a ~ TY O O E M P D -- ll--- - - t - - - - - ~ = - . 2 ' - - - pr i a t e en~ = - = = ~ ~ ; a t l o n an d sc h e d u l e (~o ~D lncl~ - - 2. 0 ~ S U P P O R T I l t - - - t - - - = 2 . = - 3 - e Ph a S G 1 ES A 'R U TY U TV U 3. 0 CI T Y OF NE W P O R T BE A C H LO W E R SU N S E T VI E W PA R K EX T E N S I O N DE S I G N BU D G E T Pr i n c i p a l - in - C h a r g e AP P E N O I X 8 Pr o j e c t Ma n a g e r QA : Q C le a d 18 0 Se n i o r Tr a n s En g i n e e r _ _ _ 2 . 0 _ t - - - - < - - l o a d e d Ra l e s (l e a v e Bl a n k lo r n o w ) - > Se n i o r En g i n e - e r 13 5 Se n i o r Tr a n s As s t Ar c h i t e c t En g 1 n e e r II En g m e e r 10 0 2. 0 i 2 . 0 . ::~ l - --- - 1 2 . 0 + - - - - - - i I 12 . 0 I 12 . 0 I Ar c h i t e c t ' De s i g n e r Enviro. Lead CAOD Support 20 = . 0 , - + - l - - - - 1 - - - - - - - 6.( ) + - - - - - 12 . ' 4 ~ - - ----;------! I 'R U J I Account 4/812016 ODC I IPD Total Hours I -l-_____ 8.0 I • I 4.0 I 2~:~ 24.0 .. ------l---38.()_ I -[-_-----;---_ _:__ l · · - - - - l - - - - - - - ! - --±--- CO N C E P T PL A N S TY L I TY L I 1--- - + - - - - - - 1 - - - - + - - - - - - - - ! ~ - : : - ~ ~ ~ - = ~ ~ = ~ =-== ~ - - - : - - - - - - - - ----:-:-------------i---:- _ _ _ _ _ L TY L I _ _ _ _ _ ! - - - - - - - -- · - - - - - - · - ___ J,_____ ----i -- + ~ - ~~ - - -- - - - .. -- - ~ - - - _,_ +---.. -~ -~----~-1 - __ 4. : 1 . i IS % _ 0 p t l o n a i " B r i d g l n _ g D 00 ul l l • n t ' : _ _ _ _ _ _ _ _ _ _ _ _ _ f- 11 ' 0 - - 1 - - - - - - - i - - - - -~ r ; -! 4. 3 . 5% Pl a n n i n g Co n c e p t s (3 ) DE A - 4. 3 . : 5% Pl a n n i n g Co n c e p t Co s t Est l , . . ; ~ ; . - - DE A 4. 3 13 0 % Al l e m a t l . e s {2 ) DE A -- - I I I i -- - - - 1 J I -- - - - - - - - - - -~- - - - - ; . . - - = - - -- T - - --- - - - - - - ~ ~ - r - ~- - -~ - - - - -~-=r-==--- 1 I I TO T A L S : L L _ _ _ _ ~- - - - - L - - - - - - ~ - - - - - - ~ - - ~ 1 1 ~ 0 ~ . o ~ ' ~ - - - - ~ ~ ~ 2 = 8 ~ 0 ~ . 0 ~ - - - - - - - L - - - - - - - L - - - 2 = 5 ~ 8 ~ . 0 ~ i ~ - - - - ~ ~ - - - - - - ~ - - - - ~ ~ - - - - ~ ~ $ ~ l , ~ 5 0 ~ 0 ~ . o ~ O ~ I ~ - - 6 ~ 4 ~ 6 ~ . 0 ~ 16-45 EA R T H ME C H A N I C S . !N C . Ne w p o r l Be a c h - lo w e r Su n s e t Vi e w Pa r k Ex t e n s i o n Ta s k No . Su b - T a s k TA S K AC n V J T Y 2. 0 3. 0 _1: 1 _ ~ d u l e , a n d A < I m l n ! o l r o t l o n _ _ _ 1. 2 ~ ~ nc l u d 1 n g pr e p a r a t i o n an d bo a r d s gs (2 ) , In c l u d i n g pr e p a r a t l o n an d bo a - r d s - 1. 2 . 4 C ? r o ) e < : l De s i g n Te l e c o n f e r e n c e s ( I G) , Ci t y Me e l l n g s (5 ) 1. 2 . 5 1 1 C o m m u n l l y Ou t r e a c h Me e l l n g s (3 } , 1 n c l ~ d l n g pr e p a r a t i o n an d bo o r d o 1. 3 IJ O u a l i t y As s u r a n c e ! Q u a ! l t y Co n t r o i ( T Y U On l y - su b s to in c l u d e In de l i v e r a b l e an d H 2. 2 2. 3 3. 1 3. 1 . 3. 1 3. 2 3 3. 2 . 3. 3 M EN T A L SU P P O R T ap p r o p f i ~ t ~ _ e n v i r o n m e n t . e 1 do c ~ ~ n l ~ l l o n _ a n d sc h e d u l e {n o ED in c l u Wa s t e Ph a s e 1 ES A OR T ph l c M o p p l n g y an d Pr e p a r e Ba s e Ma p Su r v e y s to r aU Af f e c t e d Pa : r c e l s se 1 So i l s an d Ge o l e c h n i e s l l : n v e s l i g a l i o n Re p o r t s (B r i d g e , Ga r a g e , an d Po r k ) rU i n a t i o n l l - - - 1 - - - " 4 . 1 ' - - - Br i d g e ! S i r i p s n q Mo d • l o c a u o n s CI T Y OF NE W P O R T BE A C H LO W E R SU N S E T VI E W PA R K EX T E N S I O N DE S I G N BU D G E T AP P E N D I X B Pr i l i C i p a ! Pr i t l C l p a l - En g i n e e r / G a o OA ! O C ur - C h a r g e lo g • s t le a d I Se n i o r Se n i o r Pm j e c 1 En g i n e e r En g i n e e r Pr i m a r y Re s p o n s i b i l i t y 24 0 19 0 16 ! ; 14 5 TY U __ TY L U O E A I I P O - TY L I I O E . A r ! P D - TY L U O E A I I P D TY L I I O E A I I P D TY L I I D E A I I P D TY L V O E A I I P D TY L U O E A i l P D =P A l TY U TY U OE A OE A OE A EM I EM I EM I TY U +' A . ! 1 - - - - - - - r - - - - - T __ _ _ _ -- - t. o 1 --- r - I 12 . 0 i i -I i 2. 0 I 2. 0 I I i I < - - L o a d e d Ra t e s (L e a v e Bl a n k fo r n o w ) - > Pr o J e c t Se n o o r Sl a f l S! a f l En g i n e e r En g i n e e r En g t n e e r 13 0 10 5 95 Au : - h i t e c t ' De s i g n e t Env1f0. lead 1 - - - - - - j_ 1 ~ - - - - - - - 4 ] n - - - - - - - - - - 1 - - - - - - 40 . 0 i 24 . 0 40 . 0 I I I I I I I CAOO Supporl 1G5 -ACCO!Inl. 70 ooc 4/B/2016 EMI Tolal Hours -----1--~---·--t-j ~==::. --+ -S:o 12.0 66.0 I 42.0 4. 0 ~ ll - - + - - - 4 : : . : . . 1 : : . . : . nc e p t s ( 3 ) 4. 1 . 2 15 % Pl a n n i n g Co n c e p t Co s t E s t l m : : : : c o t _ " - ' . , ' - - - - - - _ _ ~ - - - - - - ~ -= - ~ _ _ 4. 1 . . 0 :i i i ' r : A i t ; ; . ; ; o 1 1 v e s J 2 l _ TY U TY U I -~ - = - = = = = = - + - - - ~ - - - -- -+ - - 4.1 ~ 4 ~ - ~s t E~t l m a ~ e s -- - : : 4 . 1 . 5 -5~ ~ o p u c m a i - : B r l d 9 i;, ! , o . ; . c . . m . , t " _ - - 4. 2 PA R K I N G GA R A G E 4. 2 . . 1 15 % Pl a n n i n g Co n c e p t s { 3 J 4. 2 . 5% Pl a n n i n g Co n c e p t Co s t Es U m a t e s 4. 2 i i A i t e m a U v e s (2 ) l l - - - + - - - - = 4 = . 2 . ' Co s l Es l i m o t e s 1 1 - - - 1 - - - - = 4 = . 2 . Op t i o n a l "B r i d g i n g Do c u m e n t " 4 . 3 i § A P E A N O DO G PA R K Pl a n n l n g Co n c e p t s (3 ) - - - - - Pl a n n i n g cO n c e p t co s t es t i m a t e s .. _ Al l e r n a l l v e s ( 2 ) _ Co s t Es t i m a t e s - 4. Op t i o n a l ~Br i d g i n g Do c u m O n t " ub c o n s L d t a n t Ma r k u p ~O C J O u l s l d e Se r v i c e TY U __ TY U _ _ _ _ -~ - TY U IP D IP D IP D IP D IP D OE A OE A OE A DE A DE A - -- 1 - - - - f - - - I I I I i --- ! - = ~ _ : _ ~ . - - - - - - - ~ - I ! - - - - I I - - - - - ~ ~ - f - - - . - I I ! i 1------I I 1 I I I I I ! i I l----~-1 i ----:;-~ $750.00 I ! I I TO T A L S ; I L - _ _ _ _ AII _ _ _ _ ~- - - ~ - - - ~ 1 . ~ 0 ~ , - - - - - - ~ - - - - - - · ~ 1 _ _ _ _ ~1 ~ 6 - ~ 0 ~ - - - - - - ~ ~ - - - - - - ~ - - ~ 8 ~ 4 ~ . 0 ~ 1 _ _ _ _ ~2 ~ 4 . ~ 0 ~ - - - - - · ~ 1 ______ ~------~$~7~~~-~00~L-1 __ ~12~5~.0~ 16-46 CI T Y OF NE W P O R T BE A C H LO W E R SU N S E T VI E W PA R K EX T E N S I O N DE S I G N BU D G E T Bl A C K R O C K GE O S C I E N C E S AP P E N D I X B Ne w p o r t Be a c h - lo w e r Su n s e t Vi e w Pa r l < Ex t e n s i o n < - - L o a d e d Ra t e s (L e a v e Bl a n k fo r n o w ) - > Ta s k No . Su b - T a s k 1.1 1 t. 1 1. 2 1. 3 1. 2 1. 2 . 1. 2 . 1. 2 ~ - ~ ~ 2 . 2 _ 2. 3 _ _ l . o _ _ - - 3. t :1 . 1 . TA S K AC T I V I T Y I Pr i m a r y Re s p o n s i b i l i t y Pr i n c i p a l - •n - C h a < g e MA N A G E M E N T I Sc h e d u l e , an d Ad m i n i s t r a t i o n I TV U I Co m m i s s i o n Me e t i n g s (2 1 , ln < : l u d l n g Pf l ! p a r a U o n an d bo a r d s _j_ TV L I I O E A I I P D n< : & / Q u a P t y Co n t r o i ( T Y U On l y - su b s to In c l u d e In de l i v e r a b l e an c TV U I D E A I I P D P1 0 j e c 1 Ma n a g e r OA I Q C le a d Se n i o r T1 a n s Se n 1 o r Se n t o r Tr a n s As s t En Q • r . e e r En g i n e e r Ar c M e c t En g i n e e r II En g i n e e r 18 5 - - - i - __ , _ _ _ ,2 . . . _ . 0 ! ~ - - - j - - - ~ 1 i Ar c h • t e c l l Oe s • g n e r ~-- - - ~ - , Envno~ Lead Vil l o N M E N T A L S U P P O R i - -~ - - - - - - - - ~ - - - - - t - - - - - - - - - - - l - - - - + - - - - - - 1 - ~ - - - -- - + -- - ~ - - i - - - - 1 - - - - - - - - t - - -~- - - - - - - ! - - - -- - - - + - - - ~ - - - - - - ~ - 1 ~'!' : ' ! ' i n ~ ~pp r o p r i a t ~ env i r o ~ m e n t a l doc u m e n t a 1 ~ o n an d sc h e d u l e (n o EO_ l ~ c l l . l TY_ ~ "' r d o u s Wa s t e P h u e 1 ES A I ~ - TY U - - - -- - - - - - - - - l - - - 1 60 . 0 - DE A -~ - - - + - - - - 1 - - ~ - -- - j - GI N E E R I N G _ S U P P O R T "" Y S on d Top o g ~ p h l c . M a p P i n g - - -- - - 1 · · I ----- et l o r m Ae r i a l Su r v e y an d Pr e p • • • Ba s e Ma p i DE A CAOO Support Account. 1~------4/8/2016 ODC I Tolat Hours 2.~ ---+ ---1---i-1_ ----1 I -----+-~ 60.0 ----~~----=---1-• 3. 1 ~ - - - - - ~ - 3. 2 om p l e t e AL T~ Si t e _ Su ~ · - ~ ~" - M~ e c i _ P a r e e l s eo l e c h l n l c a l En g i n e e r i n g I DE A ' ' __ _ _ _ _ T __ _ i ; M i ' - - t - - - - i - - - - - 1 - - - - - - - r - - - - - - - - - - - - ~~ ~ - - - ! - ~ - - - -f- - - - - - - · - t - - - - - - - - + - - - - - - ~ 1 - - - - ~ - j l - - - - - - - ~ n :1 . 2 . te s l g n Fl e l d Re v i e w an d Ph a s e I So l i s an d Ge o t e c h n l c a l l n . . , s t l g a l l o n EM I __ 4 . 0 - 3. 3 M 4. 1 3. 2 re l l m ! n a r y Ge o t e c h n i c a l Re p o r t s (B r i d g e , Ga r a g e , an d Pa r k } tt l l t y Co o r d i n a t i o n ON C E P T PL A N S •e< l e s t r l S ~ J S i c y c l e Brl d g e i S t r t p l ~ g MO d f f l c a l l o n s 4. 1 . 1 5% Pl a n n i n g Co n c e p t s (3 ) 4. 1 . 2 15 % Pl a n n i n g Co n c e p t Co s t Es t i m a t e s 4. 1 . 3 30 % A i t . - . ; ; ; ; u ; e . - j 2 ) -- 4. 1 . 4 O% C o s t Es l l n n a t e s 4. 1 . 5 35 % 0 p t l o n a i " B r l d g l n g Do c u m e n r ~ 4. 2 PA R K I N G GA R A G E _ 4. 2 , 1 15 % _ P i a n n ! n g Co n c e p t s (3 ) 4. 2 15 % Pl a n n i n g Co n c e p t Co s t Es t l . ; ; a u e s 4. 2 . 3 30 % Jl l l e r n a l i v e s (2 ) 4. 2 . 30 % C o s t Es l l n n a t o s _ _ _ _ ~ - - - - - - - - _ · - - - - - - 4 . 2 . ! 35 % 0 p l l o n a i " B r ! d g l n g D o c u m e n t " 4. 3 LA N D S C A P E AN D DO G PA R K 4. 3 . 1 15 % Pl a n n i n g Co n c e p t s (3 ) 4. 3 . l 5% Pl a n n i n g Co n c e p l Co s t Es t i m a t e s 4 $ 3 . Jl l t e m a l l v e a ( 2 ) ll - - - - - - 1 - - - - - - = 4 - : : : : . 3 . Co s t Es l l m a l a s -- - ·· - - - 4. Op t i o n a l "B r i d g i n g Do c u m e n l " EM I TY U +¥ 1 . 1 TV U TV U TV U TV U __ T V U _ D' D D' D [P O -~ - - - ~ [ 1 > 1 ) _ - ~ - ~ ~ - - !P O DE A DE A DE A DE A DE A -- --- - - - r - - - - i i I !- - !- i I . --+ - - - - ~ - - -·---.. -·t ! - ! I -- - ~ - + - ~ - --------------t----- - - - - · - - - - - - - - · - -- -- - - - - - - - - - - - ~ - - t - - - - - - - i - - - - l - - - - - - ~ - 1 - - - - - - - l - - - - l - - - ! - - - - - + - - - - l - - - - ! l r-- - - - - - ~ - - j - - - ~ - ~ - , - - : ---~--- I I I i I I l : --·t· ' $250.00 i TO T A L S : I L - _ _ _ AI_ I _ _ _ _ ~- - - - - - ~ ~ - - - - - - ~ - - - - - - - ~ ~ ~ - - ~ 6 = 2 . = 0 ~ - - - - - - ~ - - - - - ~ ~ - - - - - - - L - - - - - - J - - - - - - - ~ - - - - - - L - - - - - ~ - - - - - - - L ~ $ = 2 5 = 0 ~ . 0 ~ 0 ~ ] ____ =62=.0~ 16-47 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, employees and 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. 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 T.Y. Lin International Page C-1 16-48 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. 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, employees and 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 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, employees and 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 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 (1 0) calendar days notice is required) or non renewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: T.Y. Lin International Page C-2 16-49 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. 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. 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. D. 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. E. 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. F. 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. T.Y. Lin International Page C-3 16-50 G. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, 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. H. 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. T.Y. Lin International Page C-4