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