Loading...
HomeMy WebLinkAboutC-2461(A) - Seashore Drive Reconstruction West of Orange Street_0 0 TO: FINANCE DIRECTOR CITY OF NEWPORT BEACH FROM: CITY CLERK DATE: October 18, 1984 SUBJECT: Contract No. 2461 (a) OFFICE OF THE CITY CLERK (714) 640-2251 Description of Contract Agreement for Professional Services for Seashore Drive Reconstruction West of Orange Street Effective date of Contract October 12, 1984 Authorized by Minute Action, approved on October 9, 1984 Contract with Jaykim Engineers, Inc. Address Engineer's Business Office No. 1 Civic Center Circle Brea, CA 92621 Amount of Contract (See Agreement) Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 'C kt(30 ( N F AGREEMENT FOR PROFESSIONAL SERVICES FOR SEASHORE DRIVE RECONSTRUCTION WEST OF ORANGE STREET THIS AGREEMENT is made and entered into this day of October, 1984 by and between the City of Newport Beach, a municipal corporation hereinafter known as "CITY" and the firm of Jaykim Engineers, Inc., hereinafter known as "ENGINEER." WITNESSETH WHEREAS, CITY desires to construct roadway and drainage improvements in Seashore Drive west of Orange Street, in the alley south of Seashore Drive and west of Orange Street, and in the six short streets perpendicular to Seashore Drive and west of Orange Street; such improvements hereinafter known as "PROJECT "; and and WHEREAS, CITY desires to have contract documents prepared for PROJECT; WHEREAS, ENGINEER has submitted a proposal to CITY, dated September 14, 1984,to provide professional services and prepare contract documents for PROJECT; and WHEREAS, CITY desires to accept said proposal; NOW,THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. GENERAL 1. CITY engages ENGINEER to perform professional services herein- after described for the compensation hereinafter stated. 2. ENGINEER agrees to perform said services upon the terms hereinafter set forth. II. SERVICES TO BE PERFORMED BY ENGINEER ENGINEER hereby agrees to perform the following services: 1. Field exploration, including a detailed topographical survey as necessary to prepare contract plans and specifications; 2. Office examination of existing public records and coordination with public utility companies concerning interfering utilities to be relocated; 1of4 3. Analysis of rainfall runoff patterns into Seashore Drive, as necessary to determine the locations of gutters, cross gutters and drainage pipes in PROJECT and connections into existing drainage systems; 4. Preparation of detailed construction plans and special pro- visions which incorporate the contents of the Standard Specifications for Public Works Construction, 1982 Edition i and Supplements; and CITY's Standard Special Provisions and Standard Drawings for Public Works Construction, 1982 Edition; and the Work Area Traffic Control Handbook, 1982 Edition; 5. Preparation of the ENGINEER's estimate; 6. Consultation with CITY staff as necessary during performance of the services mentioned above; 7. In- the -field clarifications of plans and special provisions to resolve any design - related problem which may occur during construction; and 8. Other tasks listed in ENGINEER'S proposal of September 14, 1984, and hereby made a part of this agreement. III. DUTIES OF CITY CITY hereby agrees to provide ENGINEER with the following informa- tion and materials free of charge: 1. CITY's standard mylar plan and profile sheets and title sheet; 2. Samples of previous CITY contract documents for similar types of construction; and 3. Copies of Public Works improvement records relevant to PROJECT. IV. TIME OF COMPLETION All services to be performed by ENGINEER shall be completed within 60 calendar days from the date of this agreement. V. OWNERSHIP OF CONTRACT DOCUMENTS Field notes, calculations, and contract documents, such as original construction drawings, special provisions, etc., generated by ENGINEER under the terms of this agreement shall become the pro- perty of CITY, and may be utilized by CITY as deemed necessary. 2of4 • • VI. RIGHT OF TERMINATION CITY reserves the right to terminate this agreement at any time by providing ENGINEER seven days' prior written notice. Notice shall be deemed served upon deposit in United States mail, postage paid, addressed to ENGINEER's business office at Number One Civic Center Circle, Brea, California 92621. In the event of termination due to error, omission or negligence of ENGINEER, CITY shall be relieved of any obligation to compensate ENGINEER for that portion of this agreement affected by such error, omission or negligence. If this agreement is terminated for any other reason, CITY agrees to compensate ENGINEER for actual ser- vice performed up to the effective date of the notice of termina- tion, on the basis of Section VII,as hereinafter set forth. VII. FEE SCHEDULE, TOTAL COMPENSATION AND PAYMENT 1. In consideration of the performance of services specified in Section II, CITY hereby agress to compensate ENGINEER based upon the following fee schedule: CLASSIFICATION OF PERSONNEL HOURLY RATE Project Manager $ 60.00 Registered Engineer — 50.00 Designer 45.00 Drafter 37.50 Two -Man Survey Crew 85.00 Typist 20.00 2. In no event shall total compensation to ENGINEER by greater than Thirty -Two Thousand Six Hundred Forty Dollars ($32,640), except as otherwise provided for hereinafter. 3. CITY shall remit payments to ENGINEER within 30 days after receipt of ENGINEER's invoice. Invoice shall include classi- fications of personnel, dates and hours worked in the performance of services specified in Section II. VIII. ADDITIONAL SERVICES In consideration of the performance of additional services authorized by CITY in writing, CITY hereby agrees to compensate ENGINEER an amount based upon the hourly rate shown in Fee Schedule hereinabove; except that an increase in total compensation 3 of 4 • • exceeding Two Thousand Dollars ($2,000) shall require that an amendment for such additional services be processed and executed by the parties hereto. IX. ASSIGNMENT This agreement or any portion thereof shall not be assigned without authorization by CITY in writing. X. HOLD HARMLESS ENGINEER shall assume the defense of and indemnify and hold harm- less CITY and its officers and employees from damage or liability arising from error, omission or negligence in ENGINEER's performance of service required by this agreement. IN WITNESS WHEREOF, the parties hereto have executed this agreement on the date first above written. i , CTty Clerk APPROVED AS TO FORM: 4 (Z 14�_ i y Attorney CITY OF NEWPORT BEACH W o JAYKIM ENGINEERS, INC. 4 of 4 pailrres its] 9 CITY COUNCIL BY THE CITY COUNCIL CITY OF NEWPORT BEACH FROM: Public Works Department OCT 091984 APPROVED 40 October 9, 1984 CITY COUNCIL AGENDA ITEM NO. � &44* F .) SUBJECT: SEASHORE.DRIVE RECONSTRUCTION WEST OF ORANGE STREET (C -2461) RECOMMENDATION: Authorize the Mayor and the City Clerk to execute a professional services agreement with Jaykim Engineers, Inc. DISCUSSION: The current budget contains an appropriation for the design and recon- struction of Seashore Drive west of Orange Street. The redesign is needed in order that (1) storm and nuisance drainage water ponding along the south curb of Seashore Drive may be eliminated and (2) adjacent private property and street ends may be properly drained toward a storm drain in Pacific Coast Highway. Also included in the engineering work is the redesign, as necessary, of (1) the alley south of Seashore Drive and west of Orange Street and (2) the six street ends perpendicular to Seashore Drive and west of Orange Street (see attached sketch). Portions of the alley and the six street ends must be con- structed (or reconstructed) in order to (1) complete the original improvement, (2) replace broken, deteriorated or substandard improvements and (3) cause such surfaces to drain away storm and nuisance water more effectively. The extent of construction (or reconstruction) will be determined upon completion of the design survey. Accordingly, staff has obtained a proposal from Jaykim Engineers, Inc. to provide the following professional services for the project: 1. Field exploration, including a detailed topographical survey, as necessary to prepare contract plans and specifications; 2. Office examination of existing public records and coordination with public utility companies concerning interfering utilities to be relocated; 3. Analysis of rainfall runoff patterns into Seashore Drive, as necessary to determine the locations of gutters, cross gutters and drainage pipes in the project, and connections into exist- ing drainage systems; 4. Preparation of detailed construction plans and special provisions which incorporate the contents of the Standard S ecifications for Public Works Construction, 1982 edition and supp ements; and the City's Standard Special Provisions and Standard Drawings for Publ tion; October 9, 1984 Subject: Seashore Drive Reconstruction West of Orange Street (C -2461) Page 2 5. Preparation of the Engineer's estimate; 6. Consultation with City staff as necessary during performance of the services mentioned above; and 7. In- the -field clarifications of plans and special provisions to resolve any design - related problem which may arise during con- struction. Compensation would be in accordance with Jaykim's hourly fee and schedule (attached), with a total fee for services specified above not to exceed $32,640. Adequate funds are budgeted in Account No. 02- 3397 -308 to compensate the consultant. The contract documents should be completed by January 15, 1985, so that work on Seashore Drive may commence on March 1, if desired. Funds will be requested for the second phase, the alley and six - street -end construction (or reconstruction), in the FY 1985 -86 budget so that work may be constructed after next summer. 4 )v 2, � �. )Zzn Benjamin B. Nolan Public Works Director LRD:jd Att. 3 SUMMIT ,SL I Ott jr ve �' y VIOIO _- n m 7 n r �HM44vo j7 K I � -�? • p�z �� -J � Le o I -A I y' '� l3 I v 1.e�.m• : 004N9E bE 14 -GP o 9ci n 4.`u •�, cat TmIV CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 5Eti -51-109E DR. RECO,v5rRUCr1OAV WFcT O,� OR,,,V65 STKF_ET C -24'6' h `IN 4 N 1 Ith_ y I VA RES floz \ wlNlol ��N1�. w�`1` 75 6 o�rlal: p1- 1 %L-IN i -lki"j ORAws� 57 = ,� �,31c .G�IU •iIN 1�1O�T O � AIYt'Mll. �/I V:.,•f r(I: G" i:1Nn /l. /M 1.•/:'• /W DRAWN OZ /Z DATE APPROVED PUBLIC WORKS DIRECTOR R.E.'NO, — DRAWING NO, EJCL -`:1,51T 1. �I I �f� i �i I j t�l 4 l- FEE SCHEDULE JAYKIM ENGINEERS, INC. Actual charges for engineering services will be based on the current hourly rate schedule which. is in effect at the time that services are rendered. Subsequent applicable revised rate schedules will be submitted to the City when appropriate. JAYKIM ENGINEERS. INC. TOTAL BILLING CLASSIFICATION RATE /HOUR Principal Engineer $65.00 Project Manager 60.00 Registered Civil Engineer 50.00 Designer 45.00 Drafter 37.50 2 -Man Survey Crew 85.00 Typist 20.00 Actual charges for engineering services will be based on the current hourly rate schedule which. is in effect at the time that services are rendered. Subsequent applicable revised rate schedules will be submitted to the City when appropriate. JAYKIM ENGINEERS. INC.