Loading...
HomeMy WebLinkAboutC-2488 - Professional Services for Newport Boulevard Channel Bridge Bicycle Facility DesignA 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (7141640 -2251 TO: FINANCE DIRECTOR Public Works FROM: CITY CLERK j DATE:_ February 7, 1985 SUBJECT: Contract No. C -2488 Description of Contract Agreement for Professional Services for Newport Boulevard Channel Bridge Bicycle Facility Design Effective date of Contract February 6. 1985 Authorized by Minute Action, approved on January 14, 1985 Contract with Willdan Associates Address 290 South Anaheim Boulevard, Suite 100 Anaheim. CA 92805 Amount of Contract (See Agreement) Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 0 C- z�98 AGREEMENT FOR PROFESSIONAL SERVICES FOR NEWPORT BOULEVARD CHANNEL BRIDGE BICYCLE FACILITY DESIGN THIS AGREEMENT is made and entered into this C)T4 day of February, 1985, by and between the City of Newport Beach, a municipal cor- poration hereinafter known as "CITY," and the firm WILLDAN ASSOCIATES , ENGINEERS AND PLANNERS, hereinafter referred to as "ENGINEER." W I T N E S S E T H WHEREAS, there is a significant amount of bicycle traffic using the narrow sidewalk on the easterly side of the Newport Boulevard Channel; and WHEREAS, the City Council has asked that plans be prepared for a bicycle facility which will provide a wider sidewalk area for bicyclists crossing the bridge, and its approaches, such facility hereinafter referred to as "PROJECT ": and WHEREAS, ENGINEER has submitted a proposal to CITY dated January 3, 1985, to provide professional services for the preparation of preliminary engineering for the PROJECT; and WHEREAS, CITY desires to accept said proposal; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. GENERAL A. CITY engages ENGINEER to perform the services hereinafter described for the compensation hereinafter stated. B. 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: A. Project Development 1. Study alternatives of bridge materials and support methods and discuss the concepts with the City staff in order to identify the two most desirable approaches. 1 of 5 2. Discuss alternatives with Caltrans' staff to determine their concerns, restrictions, processing requirements, and alternative preference. 3. Prepare a project base exhibit using the available 40 -scale aerial topography on a 24 -inch by 36 -inch mylar base plan and profile exhibit supplemented with field survey as follows: a. Field check and update aerial topography from 200 feet southerly of the bridge to 300 feet northerly of the bridge within the area between the easterly curb face and 50 feet easterly. b. Obtain field cross sections at 50 -foot intervals from the easterly curb face to 50 feet easterly. The limits would extend on the bridge approach from 200 feet southerly of the bridge to 300 feet northerly of the bridge. c. Obtain back -of -walk spot elevations on the existing bridge at 50 -foot intervals along the easterly side. 4. Request utility information from those companies having facilities in the project area in order to identify possible conflicts or utility controls on the project. B. Preliminary Engineering 1. Refine the two most feasible alternatives and perform a cost study for each. 2. Prepare a project exhibit on the previously prepared base sheet to indicate preliminary plan and profile infor- mation. The exhibit will be supplemented with a detail sheet showing a typical cross section at each bridge approach and details of the bicycle bridge and its connec- tion to the highway bridge. 2 o 5 C. Project Summary 1. Write a brief engineering report containing a description of the project, the recommended alternatives, the plan and profile exhibit, the detail exhibit, the cost estimate, and the backup calculations. 2. Submit the report to the City, Caltrans, and other agen- cies in order to obtain concept approval and permit pro- cessing requirements. 3. Incorporate comments received and the permit processing requirements into the final form of the report. 4. Prepare and deliver 10 copies of the final report to the City. The intent of this task is to have a final document that can be used by the City in applying for various per- mits, can be used as a project guide for final design of the project, can be used as the basis for preparation of environmental documentation, and can be used in coor- dinating the project with other jurisdictions. III. DUTIES OF CITY CITY hereby agrees to provide the following: A. All environmental documentation for the project. B. Processing for the coastal permit and the U.S. Coast Guard permit, as required, and coordination with those agencies. C. Geotechnical data, if required. IV. TIME OF COMPLETION All services to be performed by ENGINEER shall be completed and delivered to CITY with six (6) weeks after authorization to proceed has been given to ENGINEER. V. OWNERSHIP Field notes, calculations, maps, original plan sheets, reports, etc., generated by ENGINEER under the terms of this Agreement shall become the property of CITY upon completion or termination of work, and may be utilized by CITY as deemed necessary. 3 of 5 VI. RIGHT OF TERMINATION CITY reserves the right to terminate this Agreement at any time by providing ENGINEER seven (7) days' prior written notice. Such notice shall be deemed served upon deposit in United States mail, postage paid, addressed to ENGINEER's business office at 290 South Anaheim Boulevard, Suite 100, Anaheim, California 92805. In the event of termination due to error, omission or negligence of ENGINEER, CITY shall be relieved of 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 that portion of services performed up to the effective date of the notice of termination, on the basis of Section VII as hereinafter set forth. VII. FEE SCHEDULE. TOTAL COMPENSATION. AND PAYMENT A. In consideration of the performance of services specified in Section II, CITY hereby agrees to compensate ENGINEER based upon the following FEE SCHEDULE: Classification Rate Der Hour Sr. Consultant $ 90.00 Principal Engineer 80.00 Division Manager 71.00 Project Director 71.00 Sr. Project Engineer 65.00 Project Manager 58.00 Project Engineer 53.00 Sr. Designer 48.00 Design Engineer 42.00 Sr. Draftsperson 42.00 Designer 38.50 Draftsperson 35.00 Jr. Draftsperson 26.50 Construction Observer (Public Works) 44.00 Sr. Real Property Agent 65.00 Real Property Agent 58.00 Assistant Property Agent 48.00 Sr. Survey Analyst 52.50 Sr. Calculator 52.50 Calculator II 42.00 Survey Analyst 38.00 Calculator I 35.00 Survey Supervisor 60.00 Party Chief 58.00 Two -man Field Party 112.00 Three -man Field Party 145.00 Computer Time 60.00 Computer Data Entry 26.50 Clerical 21.00 Delivery 21.00 4 of 5 • B. Reproduction, special photography, printing and any other ser- vices performed by ENGINEER, subject to prior approval by CITY, will be compensated cost plus fifteen percent (15 %). C. In no event shall TOTAL COMPENSATION to ENGINEER be greater than Twelve Thousand Two Hundred Dollars ($12,200), execpt as otherwise provided for hereinafter. D. CITY shall remit payments to ENGINEER within thirty (30) days after reeceipt of ENGINEER's invoice. Invoice shall include classifications 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 compen- sation exceeding One Thousand Five hundred Dollars ($1,500) shall require that an amendment for such additional services be pro- cessed and executed by the ENGINEER and Public Works Director. 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 harmless CITY and its officers and employees from damage or liabi- lity arising from negligent acts or omissions in ENGINEER's per- formance of service required by this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first above written. CI WPORT BEACH APPf�QVED AS TO FOR Mayor �2 Cfty Attorney ATTEST: WILLDAN ASSOCIATES, ENGINEERS AND PLANNERS 5 of 5 January 14, 1985 CITY COUNCIL AG�NRA ITEM NO. F-3(b) TO: CITY COUNCIL FROM: Public Works Department SUBJECT: NEWPORT BOULEVARD CHANNEL BRIDGE--BICYCIE "]FACILITY DESIGN RECOMMENDATION: Authorize the Mayor and the City Clerk to execute an agreement with Willdan Associates, Engineers and Planners, to provide consulting engineering services for the design of a bicycle facility for the easterly side of the Newport Boulevard Channel Bridge. DISCUSSION: At the meeting of November 13, 1984, the Council directed the staff to obtain a proposal for engineering services for the design of a temporary bicycle facility to be added to the Newport Boulevard Channel Bridge. The Public Works Department has requested and received two proposals to perform the engineering design work. Based on a review of the proposals, it is recommended that Willdan Associates, Engineers and Planners of Anaheim, be retained. Willdan Associates has proposed to perform the following services: A. Project development - -Study bridge material and support methods with the City and Caltrans and determine acceptable bicycle facility designs and the limitations of the existing struc- ture. The existing topography in the area will be updated. B. Preliminary Engineering -- Refine the two most feasible alternatives, perform cost studies, and prepare exhibits showing the alternates. C. Project Summary -- Prepare brief engineering report describing the recommended project with plan, profiles, estimates and backup calculations. The report is to be submitted to the City, CalTrans, and other agencies in order to obtain conceptual approval and permit processing requirements. D. Final Design -- Prepare the plans, specifications and bid documents • for the bicycle facility. i • January 14, 1985 Subject: Newport Boulevard Channel Bridge -- Bicycle Facility Design Page 2 The fee for Items A, B, and C described above is $12,200. The final design fee will depend on the alternate chosen and is estimated to be in the range of $10,000 to $15,000. The proposed engineering services agreement will provide for the completion ofitems A, B, and C (preliminary engineering and conceptual approval) for a fee of $12,200. At the completion of this work a separate agreement will be prepared to cover final design. A budget amendment to the gas tax fund has been prepared for con- sideration as a separate item in the agenda. In preparing the proposal, Willdan Associates performed preliminary structural calculations to determine if the easterly girder of the Channel Bridge could support the increased weight of a bicycle facility. They found it had little or no capacity to support the added weight. This means that the new bicycle facility would have to be independently supported (new piles) or the existing girder modified. Both of these alternatives will probably be more expensive than the alternatives shown to the Council in November ($102,000). The consultant estimates that Items A, B, and C can be completed in six weeks, which will give the City time to evaluate alternate designs and cost estimates before going on with the final design. &'r- 'awn c/� . / L� ' Benjamin B. Nolan Public Works Director DW:jd