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.