Loading...
HomeMy WebLinkAboutC-2500 - Coast highway Widening Program, Newport Boulevard to MacArthur Boulevard�c r TO: City Council BY THE CITY COUNCIL CITY OF NEWPORT BEACH 0 1-090 FROM: Public Works Department �4 September 10, 1990 CITY COUNCIL AGENDA ITEM NO. _ F -3(a) -- SUBJECT: COAST HIGHWAY WIDENING, BAYSIDE DRIVE TO MACAR BOULEVARD -- SUPPLEMENTAL AGREEMENT (C -2608) Gz./ RECOMMENDATION: C' -27// Authorize the Mayor and the City Clerk to execute a Supplemental Agreement with the engineering firm of ASL Consulting Engineers in the amount of $64,600 for the preparation of final design plans, specifications and cost estimate (PS &E) for the Coast Highway Widening Project. DISCUSSION: On March 11, 1985, the City Council authorized the Mayor and City Clerk to execute a professional engineering services agreement with ASL Consulting Engineers in the amount of (not -to- exceed) $181,000 for PS &E for the subject project. During the preparation of the PS &E, the scope of services was altered by the City and Caltrans which resulted in design expenditures. by the consultant far beyond the upon agreed price. Major items not included in the original contract were the following: 1. Design of a Mechanically Stabilized Earth (MSE) retaining wall. Due to soil conditions a MSE wall was recommended instead a reinforced concrete wall. Caltrans required that the MSE wall be designed to State standards so as not to preclude contractors from submitting patented walls. 2. Design modifications to De Anza Mobile Home Park. These included a drainage channel, reinforced concrete box storm drain, and on -site alternative circulation plans. 3. Salary increases. The original contract called C for the design to be completed in 9 months. The actual length was almost 48 months. This resulted in salary increases to the consultant. Drainage design. Caltrans required a major storm drain redesign resulting in additional catch basins and thus requiring added plans. 1 r f* 1` Fleject: COAST HIGHWAY WIDENING, BAYSIDE DRIVE TO MACARTHUR BOULEVARD -- SUPPLEMENTAL AGREEMENT (C -2608) S;ptember 10, 1990 Page 2 Miscellaneous items. These include increased reproduction costs, preparation of construction easements, and a design for emergency vehicle actuation of traffic signals. The consultant has provided documentation showing his actual cost to be $64,600. Caltrans has reviewed the Supplemental Agreement and authorized expenditures of additional Federal funds. The current Federal Aid Urban (FAU) program participates for 86% of the financing. The remaining 14% will be funded with local gas tax monies. Sufficient funds are budgeted in Account No's. 02- 3381 -002 and 25- 3381 -002. l` Benjamin B. Nolan Public Works Director HH:so SUPPLEMENTAL TO AGREEMENT FOR PROFESSIONAL NO. 2 SERVICES P"VJ"C_ 1. ✓[.� �/J / FOR COAST HIGHWAY (SR 1) WIDENING NEWPORT BOULEVARD (SE 55) TO MACARTHUR BOULEVARD (SR 73) In consideration for a significant alteration in the scope, time of completion, complexity and character of work performed which resulted in expenses incurred beyond the agreed contract fee, it is mutually agreed by and between the parties hereto to amend Agreement No. 5151 -8504 as follows: 1. That CITY shall reimburse the ENGINEER for the additional actual costs (including labor costs, employee benefits, overhead and other direct costs) incurred by the ENGINEER as a result of extra tasks required by the CITY in the amount of $64,600 as set forth in Exhibit "D" attached hereto. 2. That the net fee of $16,450 as set forth in the original agreement remains unchanged. 3. That all other terms and conditions of Agreement No. 5151 -85 -4 shall remain in full force and effect. IN7 WITNESS WHEREOF the said parties hereto have entered into this Supp then 1 Agreement on this day of 1990. ATTEST: City Clerk 1 CITY OF NEWPORT BEACH a Municipal Corporation By P-- Mayor ASL CONSULTING ENGINEERS By Title !/iGe /iPSi7 EXHIBIT "D" CITY OF NEWPORT BEACH COAST HIGHWAY WIDENING NEWPORT BOULEVARD (SR 55) TO MACARTHUR BOULEVARD (SR 73) Justification of Recruest for Additional Fee I. Direct Labor Principal in Charge 26 $36.00 $ 936.00 Project Manager 120 30.00 3,600.00 Project Engineer 252 22.00 5,544.00 Designer 396 18.00 7,128.00 Draftsman 334 15.00 5,010.00 Typist 10 120.00 Totals: 1138 $22,338.00 II. Employee Benefits 37% $ 8,265.06 III. Overhead 113% $25,241.94 IV. Direct Costs A. Reproduction $ 3,200.00 B. Hourly Rate Increases 5,100.00 C. Travel 500.00 Total: $64,645.00 SAY: $64,600.00 2 A r/ CITY OF NEWPORT BIACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: August 12, 1987 SUBJECT: Contract No. C -2500 Description of Contract Supplemental Agreement to Agreement for Professional Engineering Services for Coast Highway (SR 1) Widening Newport Boulevard (SE 55) to MacArthur Boulevard (SR 73) Effective date of Contract August 12, 1987 Authorized by Minute Action, approved on August 10, 1987 Contract with ASL Consulting Engineers Address 1201 E. Warner Avenue Santa Ana, CA 92705 Amount of Contract (See Agreement) "9416t' 6e 4fe Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach August 10, 1987 BY THE CRY COlkiCll CITY COUNCIL AGENDA CRY OF NEWPORT BE 1 ITEM NO. F -3(b) • AUG 10 W7 APPROVED TO: CITY COUNCIL FROM: Public Works Department SUBJECT: COAST HIGHWAY WIDENING, BAYSIDE DRIVE TO MacARTHUR BOULEVARD- - SUPPLEMENTAL AGREEMENT (C -26%) 2.�­ n RECOMMENDATION: Authorize the Mayor and the City Clerk to execute a Supplemental Agreement with the engineering firm of ASL Consulting Engineers for the preparation of final design plans, specifications and cost estimate (PS & E) for the Coast Highway widening project. DISCUSSION: On March 11, 1985, the City Council authorized the Mayor and the City • Clerk to execute a professional engineering services agreement with ASL Consulting Engineers in the amount of not -to- exceed $181,000 for PS & E for the subject project. During the preparation of the PS & E, it was determined that the scope of services required alterations to accommodate existing underground conditions resulting in expenses incurred beyond the agreed contract fee of $181,000. The consultant has agreed to perform the extra work based on the stan- dard hourly rates per the original agreement, with a specified maximum of $15,815. Caltrans has reviewed the Supplemental Agreement and authorized expen- ditures of Federal Funds. The current Federal Aid Urban (FAU) program par- ticipates for 86% of the financing. The remaining 14% will be funded with local gas tax monies. Sufffffiicient funds have been budgeted in the current fiscal year. a — 4;; , / Gr4 Benjamin B. Nolan Public Works Director is HH:jd C� C� C -2SrLI) SUPPLEMENTAL AGREEMENT TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR COAST HIGHWAY (SR 1) WIDENING NEWPORT BOULEVARD (SE 55) TO MacARTHUR BOULEVARD (SR 73) In consideration for a significant alteration in the scope, complexity and character of work performed which resulted in expenses incurred beyond the agreed contract fee, it is mutually agreed by and between the parties hereto to amend Agreement No. 5151 -8504 as follows: 1. That CITY shall reimburse the ENGINEER for the additional actual costs (including labor costs, employee benefits, overhead and other direct costs) incurred by the ENGINEER as a result of extra tasks required by the CITY in the amount of $15,815 as set forth in Exhibit "C" attached hereto. 2. That the net fee of $16,450 as set forth in the original agreement remains unchanged. 3. That all other terms and conditions of Agreement No. 5151 -85 -4 shall remain in full force and effect. IN WITNESS WHEREOF said parties have entered into this Supplemental Agreement on this ��. day of _�, 1987. ATTEST: e City Clerk AP OVED AS TO FORM: Ci y Attorney CITY OF NEWPORT BEACH, a Municipal Corporq1tion W9 ASL CONSULTING ENGINEERS TOTALS 282 $ 4,206.00 II. Employee Benefits 37% 1,556.22 III. Overhead 113% 4,752.78 IV. Direct Costs A. Reporduction EXHIBIT "C" V. Subconsultants CITY OF NEWPORT BEACH $15,815.00 COAST HIGHWAY WIDENING Newport Boulevard (SR 55) to MacArthur Boulevard (SR 73) Justification of Request for Additional Fee I. Direct Labor Principal in Charge 12 $30.00 $ 360.00 Project Engineer 34 19.00 646.00 Designer 100 15.00 1,500.00 Draftsman 136 12.50 1,700.00 TOTALS 282 $ 4,206.00 II. Employee Benefits 37% 1,556.22 III. Overhead 113% 4,752.78 IV. Direct Costs A. Reporduction 750.00 V. Subconsultants A. LaBelle Marvin 4,550.00 TOTAL $15,815.00 4/14/87 6 6 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK 1714) 640 -2251 TO: FINANCE DIRECTOR O � Public Works FROM: CITY CLERK DATE: April 9, 1985 SUBJECT: Contract No. C -2500 Description of Contract Agreement for Professional Engineering Sarvioes for Coast Hi ehway (SRI) Widening Newport Boulevard (SASS) to MacArthur Boulevard (SR73) Effective date of Contract April 9, 1985 Authorized by Minute Action, approved on March 11, 1985 Contract with ASL Consulting Engineers Address 1201 E. Warner Avenue Santa Ana, CA 92705 Amount of Contract (See Agreement) Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Agreement No. 5151 -85 -4 AGREEMENT AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR COAST HIGHWAY (SR1) WIDENING NEWPORT BOULEVARD (SR55) TO MACARTHUR BOULEVARD (SR73) THIS AGREEMENT, is made and entered into this day of , 1985, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY ", and the firm of ASL CONSULTING ENGINEERS, INC., a Calif- ornia corporation, hereinafter referred to as "ENGINEER" W I T N E S S E T H WHEREAS, CITY intends to prepare final engineering and construction documents for the improvement of Pacific Coast High- way from Newport Boulevard to MacArthur Boulevard, hereinafter referred to as "PLANS "; and 1 WHEREAS, ENGINEER has submitted a proposal dated November 2, 1984 to CITY to perform the professional engineering services in conjunction with the preparation of said PLANS; and WHEREAS, CITY desires to accept said proposal; NOW THEREFORE, in consideration of these premises, the parties hereto agree as follows: I. General A. CITY engages ENGINEER to perform the services hereinafter described in Exhibit "A" for the compensation herein stated. B. ENGINEER agrees to perform said services upon the terms and conditions hereinafter set forth. C. ENGINEER represents that it employs, or will employ, at its own expense, all personnel required in performing the services required under this Agreement. - 1 - A D. ENGINEER agrees that all services required hereunder will be performed under his direct supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under State and local law to perform such services. The ENGINEER shall not sublet or transfer any work except as otherwise provided herein. E. ENGINEER shall comply with all Federal, State and local laws and ordinances applicable to the work. II. Services to be Performed by Engineer ENGINEER hereby agrees to perform all the services as outlined in Exhibit "A" attached hereto and by this reference made a part hereof. III. Duties of CITY CITY hereby agrees to supply ENGINEER all infor- mation, materials, data, reports, records and maps as are existing and available from the CITY, and necessary for carrying out the work outlined in Exhibit "A" hereof, without charge by CITY and CITY shall cooperate in every way reasonable in carrying out the work without delay. Such information and materials shall include but not be limited to: A. Mylar plan and profile or plain sheets for the preparation of PLANS. B. Consultation with ENGINEER as required to accomplish completion of the PLANS. IV. Ownership of Documents Original drawings, reports, notes, maps, and other documents relating to the PLANS shall become the property of the CITY and may be reproduced as deemed necessary by the Public Works Director or his designated representative. - 2 - i V. Engineer in Charge Douglas J. Reinhart, RCE No. 22611, shall be the Engineer in Charge of PLAN preparation. In the event of termination of the Engineer in Charge, the designated replacement shall be a licensed Civil Engineer in the State of California and subject to review and concurrence by CITY. VI. Right of Termination A. CITY may terminate this Agreement at any time for its own convenience by giving written notice to ENGINEER of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. In that event, all finished or unfinished documents and other materials shall, at the option of CITY, become its property. If this Agreement is terminated by CITY as provided herein, ENGINEER will be paid a total amount equal to his actual costs as of the termination date. Actual costs shall include labor costs, employee benefits, overhead, other direct costs and pro -rata amount of fee shall be as set forth in Exhibit "B" but not to exceed the maximum fee set by this Agreement, under Section IX, following: B. CITY may, by written notice to ENGINEER, ter- minate the whole or any part of this Agreement in any of the following circumstances: 1. If ENGINEER fails to perform the services called for by this Agreement within the time specified herein or any extension thereof; or - 3 - 2. If ENGINEER fails to perform the services called for by this Agreement or so fails to make progress as to endanger perfor- mance of this Agreement in accordance with its terms, and in either of these two circumstances does not correct such failure within.a period of ten (10) days (or such longer period as CITY may authorize in writing) after receipt of notice from CITY specifying such failure. In the event CITY terminates this Agree- ment in whole or in part as provided above, CITY may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. Furthermore, if this Agreement is term- inated as provided above, CITY may require ENGINEER to provide all finished or unfinished documents, data, studies, services, drawings, maps, photographs, reports, etc., prepared by ENGINEER. Upon termination as provided above, ENGINEER shall be paid a total amount equal to the value of the work performed. In ascertaining the value of the work up to the date of termination of this Agree- ment, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents whether delivered to CITY or in possession of ENGINEER and to authorized reimbursable expenses. - 4 - If, after notice of termination of this Agreement under the provisions outlined I herein above it is determined for any reason that ENGINEER was not in default under the provisions of this Section VIB, i or that the default was excusable under the provisions of Subsection VIB, then the rights and obligations of the parties shall be the same as if the notice of termination has been issued pursuant to Subsection VIA. VII. Coordination ENGINEER shall work closely and cooperate fully with Public Works Director or his designated repre- sentative, Caltrans, and FHWA. The Public Works Director or his designated representative shall be the principal officer of CITY for liaison and shall constantly review and give his approval of the details of the work as it progresses, subject to overall review by Caltrans and FHWA. Reviews at appropriate stages of the work may be made by CITY, Caltrans and FHWA. VIII. Time of Completion The execution of the Agreement by the parties hereto constitutes an authorization to proceed. The work required as set forth in Exhibit "A" shall commence within ten (10) calendar days of the CITY's written notification to proceed and shall be completed in accordance with the Schedule attached hereto as Exhibit "C" contingent upon actual review and approval time requirements. - 5 - If the work is delayed at any time by reason of a suspension ordered by CITY or because of any other act of CITY, or if the work should be delayed at time by reason of strikes, acts of God, the public enemy, fire, flood, epidemics, quarantine restric- tions, freight embargoes, abnormal force, violence of the elements, or for any other unforeseeable cause beyond the control and without the fault or negligence of ENGINEER, or for any other reason which, in the opinion of CITY is proper justifica- tion for such delay, then ENGINEER shall be entitled to an extension of time equivalent to the time actually lost by such delay. ENGINEER shall file a written request with CITY for extension of time within ten (10) days following the beginning of such delay and failure to do so shall constitute a waiver thereof; provided, that in case of a continuing cause of delay only one claim will be necessary. CITY shall decide whether and to what extent any extension of time shall be allowed. A request for an extension of time or granting of an extension of time shall not constitute a basis for any claim against CITY for additional compen- sation. ENGINEER shall be deemed to have waived any claim for additional compensation and does hereby so waive any such claim unless he shall, at the time of filing a request for an extension of time likewise file a claim for additional compen- sation on account of such delay. IX. Fee Schedule and Payment The basis of payment for the services provided under this Agreement shall be cost - plus -a- net -fee. - 6 - A. The CITY shall reimburse the ENGINEER for actual costs (including labor costs, employee benefits, overhead and other direct costs) incurred by the ENGINEER in performance of the work, in an amount not to exceed $164,500 exclusive of any net fee. Actual costs shall not exceed the estimated maximum wage rates and other costs as set forth in Exhibit "B ", attached hereto. B. In addition to the costs referred to in Section IXA above, the CITY shall pay the ENGINEER a net fee of $16,450. Said net fee shall not be altered unless there is signifi- cant alteration in the scope, complexity or character of the work to be performed. i C. The ENGINEER shall be reimbursed for actual travel expenses incurred in the performance of this work, including the use of private cars at the rate of twenty -five (25) cents per mile, while traveling away from the ENGINEER's headquarters which is hereby designated as Santa Ana, California - in addition ENGINEER's personnel shall be reimbursed for per diem expenses at a rate not to exceed that currently authorized for State employees under State Board of Control rules and regulations. D. Total expenditures made under this contract including the net fee shall not exceed the sum of $180,950. - 7 - E. ENGINEER's actual costs, direct and indirect, eligible for Federal participation in cost - plus -a -net fee contracts shall be allowable under the provisions of subpart 1 -15.2, Federal Procurement Regulations, Principles, and Procedures for Use in Cost Reimbursement Type Supply and Research Contracts with Commercial Organizations. F. The direct labor rates, overhead and employee benefit percentages set forth in Exhibit "B" are effective for the period of December 1, 1984 through December 1, 1985. The direct labor rates, overhead and employees benefit percentages are subject to review and update on an annual basis by the ENGINEER. Such updates shall be subject to Caltrans and FHWA approval for those portions of the work per- formed under this Agreement taking place after December 1, 1985. The new rates and percen- tages shall be used to readjust the total not to exceed fee for those portions of the work not accomplished by December 1, 1985. G. CITY agrees to pay the ENGINEER for services rendered under this Agreement in accordance with the following provisions: 1. ENGINEER shall submit to CITY during each month of the term of this Agreement, a certified invoice for allowable costs as described in Section IXA above incurred in the performance of this Agreement plus a pro -rata portion of the net fee as described in Section IXB above. 2. Promptly after the receipt of each invoice but in no event later than thirty (30) days after this receipt and appro- val, CITY shall make a partial payment based on the invoice amount of allowable costs. X. Project Scope Revisions No change in the character, extent, or duration of the work to be performed by ENGINEER shall be made except by a supplemental agreement in writing bet- ween CITY and ENGINEER and approved by Caltrans. The supplemental agreement shall set forth the changes of work, the extensions of time and the adjustments of the fee to be paid by CITY to ENGINEER, if any. In special cases where it is essential that extra work or changes in work be performed immediately, execution of the supplemen- tal authority covering such changes shall be accomplished as soon as practicable. XI. Hold Harmless ENGINEER shall indemnify and save harmless CITY, the State of California, and the Federal Government and their officers and employees, from any damage or liability arising from any negligent errors, acts, or omissions, in ENGINEER's performance of this Agreement, or in the engineering work or ser- vices herein provided. XII. Subcontracts ENGINEER shall not subcontract any portion of the work required by this Agreement, except as expressly stated in Exhibit "B" without prior approval of CITY and Caltrans. All terms and conditions of this Agreement shall be applicable to any subconsultant whose cost exceeds $10,000. �m 0 9 XIII. Cost Accounting and Audits ENGINEER and his subconsultants shall maintain complete and accurate records with respect to costs I incurred under this Agreement to include the records supporting cost proposals used to enter into a contract with CITY. All such records shall be maintained on a generally accepted accounting basis and shall be clearly identifiable. ENGINEER and his subconsultants shall make available to the representative of CITY, Caltrans, and FHWA, or their appointees, during normal business hours, all such bonds and records, and the right to examine and audit the same, and to make transcripts therefrom as necessary, and the ENGINEER and his subconsultants shall allow inspection of all work data, documents, proceedings, and activities related to the Agreement for a period of four (4) years 'from the date of final payment under this Agreement. ENGINEER and his subconsultants shall maintain records to show actual time and allowable costs with respect to each task set forth in the Exhibit "A" as required by Caltrans and FHWA. ENGINEER shall permit the authorized representative of CITY, the U.S. Department of Transportation and Comptroller General of the United States to inspect and audit all data and records of ENGINEER relating to his performance under this contract. Reviews at appropriate stages during the work may be made by CITY, Caltrans, and FHWA. - 10 - 0 XIV. Non - Solicitation Warranted ENGINEER warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the consultant, to i solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, CITY shall have the right to annul this Agreement without liability or in its discretion to deduct from the contract price or consideration, or likewise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. XV. Conflict of Interest Prohibited interests are as follows: No officer, member or employee of CITY during his tenure or one (1) year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. The parties hereto covenant and agree that, to their knowledge, no member of the City Council, officer or employee of CITY has any interest, whether contractural, non - contractural, financial or otherwise, in this transaction, or in business of the contracting party other than CITY, and that if any such interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information will be made in writing to the other party or parties, even if such interest would not be considered a conflict of - 11 - interest under applicable laws. ENGINEER hereby covenants that he has, at the time of the execution of this Agreement, no interest, and that he shall not acquire any interest in the future, direct or indirect, which would conflict in any manner or degree with the performance of services, required to be performed pursuant to this Agreement. ENGINEER further covenants that in the performance of this work, no person having any such interest shall be employed. XVI. Congressional Conflict of Interest Interest of member of or delegates to Congress shall be restricted as follows: No member of or delegate to the Congress of the United States nor any Resident Commissioner shall be admitted to any share or part of this Agreement or to any benefit arising therefrom. XVII. Civil Rights Act A. Compliance with Civil Rights Act. In connection with the execution of this Agreement, ENGINEER shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. ENGINEER shall take affirmative actions to insure that applicants are employed and that employees are treated during their employment, without regard to their race, religion, color, sex or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. - 12 - 0 0 The applicable provisions of Executive Order 11246 relating to Equal Employment Opportunity by this reference are incorporated herein and made a part hereof. Wherever the word "con- tractor" appears in said Executive Order, it shall mean ENGINEER. B. Non- Discrimination Civil Rights Act of 1964. ENGINEER, with regard to the work performed by it after award and prior to completion of the contract work, will comply with the regula- tions of the Department of Transportation relative to non - discrimination in federally - assisted programs of the Department of Trans- portation (49CFR21). C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitation,el they by competitive— .._,._ bidding or negotiation, made by ENGINEER for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor, supplier, or lessor shall be notified by ENGINEER or ENGINEER's obligations under this contract and the regulations relative to non- discrimination on the ground of race, reli- gion, color, sex or national origin. D'. Information and Reports. ENGINEER will provide all information and reports required by the Caltrans or FHWA regu- lations or orders and instructions issued pur- suant thereto and will permit access to its books, records, accounts, and other sources of information, and its facilities as may be - 13 - determined by CITY, Caltrans, or FHWA to be pertinent to ascertain compliance with such regulations, orders, and instructions. Where any information required of an ENGINEER is in the exclusive possession of another who fails or refuses to furnish this information ENGI- NEER shall so certify to CITY, Caltrans or FHWA as appropriate and shall set forth what efforts it has made to obtain the information. E. Sanctions for Non - Compliance. In the event of ENGINEER's non - compliance with the non - discrimination provisions of this Agreement, CITY shall impose such contract sanctions as CITY, Caltrans or FHWA may deter- mine to be appropriate, including, but not limited to: 1. Withholding of payments to ENGINEER under this Agreement until ENGINEER complies; and/or 2. Cancellation, termination, or suspension of the Agreement, in whole or in part. In the event that legal action is commenced to enforce or declare the rights created under this Agreement, the prevailing party shall be entitled to an award of costs and reasonable attorney's fees in an amount to be determined by the court. XVIII. Assignment This Agreement shall be binding on the successors and assigned of the parties, but it shall not be assigned by ENGINEER without the prior written con - j sent of CITY. XIX. Contractual Relationship ENGINEER shall be an independent contractor, not an employee of CITY. - 14 - IN WITNESS WHEREOF, said parties have executed this Agreement as of the date and year first above written. ATTEST: City Clerk AP7 O ED AS FORM: ity Atto y Address and Phone: CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 92663 (714) 644 -3311 ASL CONSULTING ENGINEERS 1201 E. Warner Avenue Santa Ana, California 92705 (714) 979 -1761 11" lvw4we) k's a' • o .3 DL1181 ASL S GINEERS By: Do . Reinhart Vice P ident - 15 - CERTIFICATION OF CITY OF NEWPORT BEACH I HEREBY CERTIFY that I am the Mayor of the City of Newport Beach and that the consulting firm of ASL CONSULTING ENGINEERS, INC. or its representative has not been required, directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement to: (a) Employ or retain, or agree to employ or retain, and firm or person, or (b) Pay, or agree to pay, to any firm, person, or orga- nization, any fee, contribution, donation, or con- sideration of any kind; except as here expressly stated (if any): None I acknowledge that this certificate is to be furnished to the State of California, the Federal Highway Administration and U.S. Department of Transportation in connection with this agreement involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both crimi- nal ap4 ci OR'\ CERTIFICATION OF ENGINEER I HEREBY CERTIFY that I am the Vice President and duly authorized representative of the firm of ASL CONSULTING ENGI- NEERS, INC. whose address is 1201 East Warner Avenue, Santa Ana, California 92705, and that neither I nor the above firm I herein represent has: (a) Employed or retain for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this Agreement. (b) Agreed, as an expressed or implied condition for obtaining this Agreement, to employ or retain the service of any firm or person in connection with carrying out the Agreement; or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the Agreement; except as herein expressly stated (if any): None I acknowledge that this Certificate is to be furnished to the State Department of Transportation in connection with this Agreement involving participation of federal -aid highway funds and is subject to applicable State and Federal laws, both crimi- nal and civil. Dou41Aak_AJ: Reinhart Vice Pretident • 0 EXHIBIT "A" CITY OF NEWPORT BEACH COAST HIGHWAY WIDENING NEWPORT BOULEVARD TO MACARTHUR BOULEVARD FAU PROJECT NO. 07 -ORA -1 16.25/19.80 For purposes of definition, Phase I will consist of all work bet- ween MacArthur Boulevard and Jamboree Road including the interim signal design at the Pacific Coast Highway and Jamboree Road Intersection and the transition work between Phase I and Phase II. Phase II will consist of all work between Jamboree Road and Upper Newport Bay Bridge including the ultimate signal design at the Pacific Coast Highway and Jamboree Road Intersection. SCOPE OF SERVICES I. Data Collection We have collected as part of the preliminary design most of the available record information. We will review the data and acquire any additional data including updated inprove- ment plans. Also included in this task will be to perform the following investigation: 1. Soils and Geotechnical. We will prepare a soils and geotechnical investigation for Phase I and Phase II This analysis will be performed by Geotechnical Con- sultants and will include the following: Task 1 - Project Management Project management will include the super- vision of the staff and review of the work by a managerial level engineer, and coordination of the geotechnical work. Task 2 - Literature Research Literature research will include review of readily available seismic publications, pre- vious geotechnical work within and immediately adjacent to the project, and other known geotechnical publications by public agencies. Task 3 - Field Exploration Field exploration will include drilling 12 to 14 holes with rotary type drilling equipment to depths ranging from 15 to 35 feet. An engineering geologist will log all the holes and the drilling progress and will record soil descriptions, changes in stratification and ground water conditions. Bulk and undisturbed samples will be obtained for laboratory obser- vation and testing. Standard penetration tests will be performed in the drill holes and the results recorded for analyses of the liquefaction potential. Task 4 - Laboratory Testing Laboratory testing will be performed on samples obtained from the drill holes. All testing will be performed in accordance with ASTM standards. Moisture contents, dry den- sities, shear strengths, compressibility, grain -size distribution and compaction tests will be performed on selected samples. 1 • 6 Task 5 - Geotechnical Engineering Geotechnical engineering will involve the eva- luation of data obtained from Tasks 2, 3 and 4, and will develop conclusions and recommen- dations for construction. Specific items which will be included are: a) Development of ground accelerations during earthquakes likely to occur during the expected project life. b) Determine the zones of potential lique- faction within the PCH right -of -way. c) Evaluate the stability of proposed slo- pes. d) Develop earthwork criteria for site pre- paration, cut and fill grading, compac- tion requirements, utility trench back - filling and overexcavation and recompac- tion. e) Develop mitigating measures for limiting the liquefaction potential. f) Develop design criteria for proposed retaining and noise walls. Bearing values, active and passive pressures, and friction coefficients will be determined. Criteria for backfilling behind the walls will be included. Task 6 - Meetings and Consultation We will provide consultation and attend meet- ing(s) as necessary with during the design. We anticipate one meeting will be required. Task 7 - Final Report A written report will be prepared presenting the findings, test results, drill hole logs, and conclusions and recommendations for completing design and construction of the pro- ject. A draft report will be prepared and submitted to ASL for comments. Upon receipt of any comments, they will be incorporated into the report and ten (10) copies of the final report will be submitted. 2. Retaining Wall Study. We will investigate the feasi- bility from both a physical and economical perspective of constructing a retaining wall in the area of the DeAnza Mobile Home Park. This study will impact the proposed right -of -way requirements and should be com- pleted prior to any survey in the DeAnza Mobile Home Park. The noise attenuation study and retaining wall study are key to beginning the Phase II right -of -way acquisi- tion. The feasibility of a retaining wall in the vici- nity of the mobile home park will impact the amount of right -of -way required. Noise Attenuation Study. An on -site acoustical study in the vicinity of the DeAnza Mobile Home Park has been performed and recommendations for noise attenuation will be made. 4. Survey. ASL will acquire the survey required to verify and update the preliminary design plans. We will also establish the right -of -way boundaries in the vicinity of the DeAnza Mobile Home Park and will prepare a detailed topographic plan reflecting existing con- ditions in the area of the mobile home park affected by the project. Survey will also be required to prepare the modifications to the Mobil Station located at the intersection of Pacific Coast Highway and Jamboree Road. 5. Utilities Investigation. ASL will coordinate with all affected utilities. Potholing will be required at key locations. We understand that City forces will be available to perform the necessary potholing. We will provide the coordination with the owner of the utility, obtain the necessary- encroachment permits from Cal - trans, and will provide the necessary personnel to establish vertical and horizontal locations. We anti- cipate approximately 20 potholes will be required. 6. Review Preliminary Plans. ASL will review the prelimi- nary plans and make the changes required to conform to Caltrans and City of Newport Beach requirements. II. DESIGN 1. Drawings a. Finalize Roadway Design (Phase I and II) - ASL will immediately begin work-to.. finalize,-.the preliminary,.,....,_ .. roadway construction drawings. The drawings" included in this effort include: ° Title Sheet (Phase I and II) ° Plan and Profile (Ph.I- 7 sheets; Ph. ii- 4 sheets) ° Intersection Details (Ph. I- 6 sheets; Ph. II- 3 sheets) ° Roadway Details (Ph. I- 2 sheets; Ph. II- 1 sheet) This task will require the following effort: ° Verify vertical and horizontal design ° Prepare superelevation diagrams ° Prepare retaining wall /noise wall details and modify plans to show the location of the walls as required ° Construction notes ° Removal notes ° General notes Modify cross section sheets as required ° Include any information on the plans necessary to complete the drawings for bidding purposes b. Finalize Right -of -Way (Phase I and II) - ASL will make all changes and modifications to the prelimi- nary right -of -way maps required by Caltrans and the City of Newport Beach. we understand that the pre- paration of the final right -of -way maps for Phase II will be a critical item of work. c. Finalize Signing and Striping Plans (Phase I and II) - We will provide the engineering required to complete the preliminary plans. Signing and striping will conform to Caltrans' requirements. d. Finalize Signal Plans (Phase I and II) - Herman Kimmel and Associates will check the preliminary signal plans and will provide the engineering required to complete the preliminary plans. We anticipate this effort will include conductor sche- dules, pole schedules, construction notes, removal notes and general notes. Signals will be designed in conformance with Caltrans' requirements. A pre- liminary check by Herman Kimmel has revealed that the preliminary plans will require only minor modi- fications for acceptance by Caltrans. e. Jamboree Intersection - Interim Condition (Phase I only) - This task will include the engineering necessary to design the intersection of Pacific Coast Highway and Jamboree Road for the interim condition which will exist between the end of Phase I and the beginning of Phase II construction. We assume the ultimate design of the Jamboree inter- section will be as shown on the preliminary. _desig a_ _ drawings. The Phase I widening will terminate on the.east side of the Jamboree intersection. The interim plan will include temporary medians and striping as needed to construct a safe and effi- cient transition. We envision the following effort will be required: ° Plan and profile showing the interim condition (1 sheet) ° Intersection Detail for the interim condition (1 sheet) ° Signal Plan for the interim condition (1 sheet) We have included the signing and striping of the tran- sition in the finalization of the signing and striping plans. f. Finalize Drainage Plans (Phase I and II) - ASL will prepare all design drawings and storm drain details necessary to efficiently drain Pacific Coast High- way. The storm drain system will be designed in accordance with Caltrans' requirements. We envi- sion the following effort: ° Verify the hydrology and hydraulics ° Prepare plan and profile drawings (40 scale; 6 sheets) ° Prepare storm drain details (junction struc- tures, catch basin profiles, etc.) as required (6 sheets). We envision up to 50 catch basins lateral profiles will be required. 10 (` g. Utility Relocations (Phase I and II) - We antici- pate that 1,500 lineal feet of 30 -inch water main will need to be relocated during Phase II. This facility is the primary transmission main through Newport Beach south to Laguna Beach and cannot be taken out of service. The relocation design will incorporate a temporary bypass design and a final design. We envision four (4) sheets of plan and profile (40 scale) in addition to two (2) detail sheets. We will coordinate with all the impacted utility companies /agencies and will incorporate their review time in our design schedule. h. Finalize Lighting Design (Phase I and II) - The preliminary lighting design will be finalized and subitted for review by the City, Caltrans and the Edison Company. The lighting design is currently shown on the landscape and irrigation plans. The design can be transfered to the roadway plan and profile sheets or the signing and striping sheets if the City and /or Caltrans desires. i. Finalize Landscape and Irrigation (Phase I and II) Kobata Associates, Inc., licensed Landscape Archi- tect, will finalize the landscape and irrigation plans. Kobata Associates will work with the City's Parks and Recreation Department to insure the final design is in keeping with the City's desire for an aesthetic, cost effective and efficient design. j. Improvement Plan for Service Station Site (Phase I only) - ASL will..prepar.e .a, plan_to.. mod ify ..the..ser- vice station located on the northeast corner of the intersection of Pacific Coast Highway and Jamboree Road. This will require a site plan showing the relocation of the existing underground gasoline storage tanks, the pump islands and the capping of six (6) monitor wells. We understand that this site may be vacated by Mobil Oil Corporation. k. Traffic Control Plans (Phase I and II) - One of the most critical tasks in the final design will be the preparation of the traffic control plans for the project. In order to get an accurate existing striping plan for Pacific Coast Highway, ASL will have R.J. Lung and Associates prepare double plan aerial photos of Pacific Coast Highway from Mac- Arthur Bouelvard to Bayside Drive. Mr. Robert Lung has done some recent aerial work for the City and the Irvine Company and will be able to piece together the necessary strip maps to provide a complete 40 -scale aerial image of the project. ASL, and Herman Kimmel and Associates, will prepare the traffic control plan on the aerial maps for Caltrans approval. Recent experience with Caltrans has shown us that this task will require at least two (2) meetings with Caltrans and a very detailed traffic control plan complete with constrution phasing and schedule. 2. Construction Specification (Phase I and II) -We will expand the preliminary specifications to include all work items in conformance with FAU and Caltrans requirements and the State's Standard Specifications. A separate specifications will be required for Phase I and Phase II. 3. Construction Cost Estimate (Phase I and II) - ASL will prepare a detailed construction cost estimate for Phase I and Phase II. The estimates will include all work items including utility relocation. 4 1. 4. Coordination with FHWA and Caltrans (Phase I and II) Provide the necessary coordination with FHWA and Caltrans personnel to allow the consultant to meet the requirements of these two agencies. This item shall include the development of and meeting of the target dates set up for the following submittals: Plans for Plans for ° Plans for ° Plans for ° Plans for ° Plans for ° Landscape ° Traffic P; ° Design PS Geometric Approval Utility Approval Landscape Approval Traffic Approval Traffic Handling Right -of -Way Approval PS & E i & E & E 5. Coordination with Property Owners (Phase I and II) ASL will coordinate with adjacent property owners and their representatives to provide a compatible design and phasing of the proposed Avacado Avenue and Back Bay Drive. 6. Project Management (Phase I and II) - ASL will prepare progress status reports including revised schedules on an interval agreed upon with the City. We will main- tain continual communication and coordination with all parties involved. 7. Reproduction (Phase I and II) - Reproduction shall be provided as necessary to complete the project. All reproduction will be provided at cost. The Fee.Section includes an estimate of the reproduction costs that we estimate will be required for this project. The City will not be obligated to pay for any additional repro- duction costs over and above the estimated fee without prior written approval. III. CONSTRUCTION SERVICES 1. Bidding Process (Phase I and iI) - ASL will prepare a master for bid proposal documents suitable for repro- duction. We will also assist the City during the bidding process. A separate fee for Phase I and Phase II is given in the Fee Section. 2. Consultant (Phase I and II) - ASL will provide con- sultation during construction. A separate fee for Phase I and Phase II is given in the Fee Section. We are available to review shop drawings and to provide construction observation if required however these ser- vies are not included in this Scope of Work. 3. As -Built (Phase I and II - ASL will prepare as -built construction drawings. A separate fee for Phase I and Phase II has been provided in the Fee Section. £ E D D a uJ En W a W a z H W C7 fA W W F H rL4 U H W W .Hl X w o E a En W !-4 0 v U H W H W F h 0 N0 L rA O "D O O O O M O M (D O N O N 1A O r Ln Ul O O O O 14 coo runo 0 m Ln ko CIO Ln rt ovi N Ul N D1 V). W W D • CD o\N- 0 O O vOM v CD co D MN r cDr y rn0 to ovi rl N d' CD 00 Cl 00 U o0 0 00 W H X00 0 00 W roo Ln HUt W M In Ln r ON . O dD M D1 .4 rl O aT M r F coon 0 00 Gy N Ln O wl Ln O N O d' O Ul A .-1 N O r N 0 ON co %D r N co T r4 z 000 0 00 C7 in 0 0 in Ut 0 V1 to O r r U1 W .4N m Nr A r v 1D O %D N r %D rl W %D O O O N O W M O O O A\ O rl 01 d' \D D1 O 11 co N rl %D N Al AN N N kD $ to O O O O O rl N O O\ U1 %D N%D (A N �D Al Al N m N N %D U .-4 00 0 00 Z X 0 0 H rn o H a O O N N Un W M M N r N w UJ F O - H W W D: E+ m ao Z O �!I co P4 m WW' O a W x O WU W�W ry'WUU) Z ZO a ,OyUA ^Z av W U 0r'4 a W •enHMAW H U Q H W D:Mr Z 14 A; CS M HA F O> 0 4 O H D W D O HgA W -4—mA mZm F W W D • a .s w W O to O 1n r O N O a w 70 d' NO z Ln a H • G4 0\ a W W M E Ln at ° H H a %o M El P w o O to M r Ml a ' E-i v� �n N U U H a w (p H rg E F.y W D fn h to O 1n r O N O 70 d' NO r Ln • 0\ a Co in Co Ln a; Ln at E %o M o c+ 0 ao O in -1 r M r Ml gm E-i v� �n N co ao N F.y fn atoll N S co 0% M O W MO a0 M MN _ a co co o 99 o M .q in r v Cn N d' M O li .4 M O O O Cl O O y Co Co O O p v W %D CD 0 00 H W uloo ao mN w M in to 0% N r • .. o r �n ui o M rl v 01 E rpo w w W %o Ln Ln M CO r a in of N r N ao CO q .--I 0) N 0 I 0% %D O r r N %0 r z waCD 0 00 U NOO y \0O to Ln o to V' p W 14 N r tn to q a M N O %0 N r to a Moo °o H m H 0% N O N in r4 N r %0 in %0 0% a% 1n N N %0 % ONOO m w W r-4 in 1n %0 in r N r O in M N r ON N w ON O w lD N MD V M 0 00 z O O N 14 O H x C; C; rn LA U; M Mr rn or N M %p O H W H W �+ n z O (n Ao ci x otw —,4 w ° ° a°cwaw wU �wcn z E7 00 • ^zE E W z r0 F Wwrxwr-Z 'icgGa fn Hm E`t O >Hzenq HPH D WO O E40 W— q Vf zEn H EXHIBIT "B -1" FEE SUMMARY Phase I ASL Consulting Engineers - $60,950 Herman Kimmel and Associates (Traffic) - 15,000 Geotechnical Consultants, Inc. (Soils) - 5,500 Mestre Greve Associates (Noise) - 1,000 Kobata Associates, Inc. (Landscape) - 5,000 (Potholes) - 2,500 $89,950 Phase II ASL Consulting Engineers - $65,200 Herman Kimmel and Associates (Traffic) - 6,600 Geotechnical Consultants, Inc. (Soils) - 11,500 Mestre Greve Associates (Noise) - 1,500 Kobata Associates, Inc. (Landscape) - 3,700 (Potholes) - 2,500 $91,000 0 EXHIBIT "B -2" OVERHEAD ANALYSIS ASL CONSULTING ENGINEERS SEPTEMBER 30, 1984 1008 Percent Direct Labor Overhead Indirect Salaries (Supervision, .Clerical, Administration, Training) 48.08 Payroll Related Costs (FICA, Workers Compensation, Health Insurance, Unemployment, Vacation, Holidays, Sick Leave) 37.08 Office Supplies 9.08 Depreciation 6.08 Automotive 3.08 Professional Services 3.08 Occupancy 23.08 Business Insurance 6.08 Communications 8.08 Professional Membership 0.38 Personnel Expenses 2.08 Library Costs 0.68 Taxes & Licenses 0.68 Bad Debt Expense 3.48 Miscellaneous 0.18 OVERHEAD TOTAL 150.08 1008 INDIRECT COSTS (Overhead) Overhead Rate 147% DIRECT COSTS (Except Labor) Estimated Cost Printing & Reproduction $200 FEE Profit 158 "Not to Exceed" Cost $7,500.00 TRAFFIC ENGINEERING flerman CONSULTANTS immel and Associates. Inc.. Subtotal Subtotal Subtotal TOTAL COST $2,555.90 $3,747.17 $6,313.07 $ 200.00 $6,513.07 $ 976.96 $7,490.03 $7,490.03 • • EXHIBIT "B -3" PCH CONSTRUCTION TRAFFIC CONTROL P.S. &E. COMPENSATION ANALYSIS DIRECT LABOR Hours Rate Total Project Engineer 35 @ $22.50 $ 787.50 Project Director 10 @ 20.20 202.00 Staff Engineer 20 @ 16.00 320.00 Traffic Technician 80 @ 14.50 1,160.00 Clerical 8 @ 10.80 86.40 INDIRECT COSTS (Overhead) Overhead Rate 147% DIRECT COSTS (Except Labor) Estimated Cost Printing & Reproduction $200 FEE Profit 158 "Not to Exceed" Cost $7,500.00 TRAFFIC ENGINEERING flerman CONSULTANTS immel and Associates. Inc.. Subtotal Subtotal Subtotal TOTAL COST $2,555.90 $3,747.17 $6,313.07 $ 200.00 $6,513.07 $ 976.96 $7,490.03 $7,490.03 • EXHIBIT "B -3" • PCH @ JAMBOREE INTERIM SIGNAL COMPENSATION ANALYSIS DIRECT LABOR INDIRECT COSTS (Overhead) Overhead Rate 1478 DIRECT COSTS (Except Labor) Estimated Cost Printing & Reproduction $50 I FEE Profit 15% "Not to Exceed" Cost $1,500.00 TRAFFIC ENGINEERING Verman CONSULTANTS immel and Associates, Inc. Subtotal Subtotal Subtotal TOTAL COST $ 509.80 $1,259.21 $ 50.00 $1,309.21 $1,505.59 Hours Rate Total Project Engineer 2 @ $22.50 $ 45.00 Project Director 6 @ 20.20 121.20 Staff Engineer 2 @ 16.00 32.00 Traffic Technician 20 @ 14.50 290.00 Clerical 2 @ 10.80 21.60 INDIRECT COSTS (Overhead) Overhead Rate 1478 DIRECT COSTS (Except Labor) Estimated Cost Printing & Reproduction $50 I FEE Profit 15% "Not to Exceed" Cost $1,500.00 TRAFFIC ENGINEERING Verman CONSULTANTS immel and Associates, Inc. Subtotal Subtotal Subtotal TOTAL COST $ 509.80 $1,259.21 $ 50.00 $1,309.21 $1,505.59 ( • EXHIBIT "B -3" ( • HERMAN KIMMEL & ASSOCIATES COST PRICE PROPOSAL PCH TRAFFIC SIGNALS 11134X*4141K�e 11 Project Engineer Project Manager Staff Engineers Traffic Technicians Draftsmen & Aides Clerical INDIRECT COSTS (Overhead) Approved Overhead Rate DIRECT COSTS Printing & Reproduction FEE (Profit) TOTAL COST "NOT TO EXCEED" COST Hours Rate Total 8 @ $22.50 $ 180.00 14 @ 22.20 310.80 110 @ 16.00 1,760.00 80 @ 14.50 1,160.00 30 @ 11.55 346.50 6 @ 10.80 64.80 $ 3,822.10 1478 Estimated Cost $200 158 5,618.49 $ 200.00 i $ 1,446.09 $11,086.68 $11,100 • EXHIBIT "B -3" • OVERHEAD ANALYSIS HERMAN KIMMEL & ASSOCIATES, INC. FISCAL YEAR ENDING MARCH 31, 1983 Direct Labor Overhead Indirect Salaries Pavroll Burden Professional & Consultant Fees Comunications Occupancy supplies Business Insurance External Relations Reproduction Travel & Subsistance Auto Expense Data Processing Depreciation Miscellaneous Overhead Total Percent 100 53 16 12 3 20 3 10 3 2 7 2 7 2 140 EXHIBIT "B -4" GEOTECHNICAL CONSULTANTS, INC. Fee Proposal Breakdown DIRECT LABOR: Principal Engineer 17 hours @ $34.00 $ 578.00 Staff Geologist 85 hours @ $16.50 1,402.50 Laboratory Assistant 45 hours @ $16.25 731.25 Draftsperson 22 hours @ $12.00 264.00 Word Processing 25 hours @ $13.30 332.50 Total Direct Labor $ 3,308.25 Benefits 0.03 x 3308.25 992.50 Overhead & Admin. 1.9 x 3308.25 6,285.65 Other Direct Costs: Drilling Equipment 4,:000.00 Outside Printing 150.00 Total Costs $14,736.40 Fixed Fee 158 2,210.60 Total Costs & Fixed Fee $16,947.00 EXHIBIT "B -4" OVERHEAD ANALYSIS GEOTECHNICAL CONSULTANTS, INC. NOVEMBER 2, 1984 Direct Labor Overhead Indirect Salaries (Supervision, Clerical, Administration, Training) Payroll Related Costs (FICA, Workers Compensation, Health Insurance, Unemployment, Vacation, Holidays, Sick Leave Office Supplies Automotive Occupancy Business Insurance Communications Travel and Subsistence Repair and Maintenance Legal and Accounting Professional Liability Miscellaneous Percent 1008 758 268 158 208 228 108 58 98 48 188 108 28 2208 •' • EXHIBIT "B -5" • KOBATA AND ASSOCIATES Fee Proposal Breakdown HOURLY RATE: Landscape Architect $17.50 Designer 15.00 Senior Draftsman 14.00 Secretary 9.00 PRELIMINARY DESIGN: Landscape Architect 34 hours @ $17.50 Designer 40 hours @ $15.00 CONSTRUCTION DOCUMENTS: Landscape Architect 30 hours @ $17.50 Sr. Draftsman 90 hours @ $14.00 Secretary 10 hours @ $ 9.00 CONSTRUCTION OBSERVATION: Landscape Architect Phase II Landscape Architect Benefit Percentage Administration Profit Expenses 14 hours @ $17.50 20 hours @ $17.50 108 948 10 48 = 158 $101 $ 595.00 600.00 525.00 1260.00 90.00 245.00 350.00 $ 3665.00 $3812.00 $7477.00 $1122.00 101.00 • M EXHIBIT "B -5" OVERHEAD ANALYSIS KOBATA ASSOCIATES NOVEMBER.2, 1984 1008 Percent Direct Labor Overhead Indirect Salaries (Supervision, Clerical, Administration, Training) 48.08 Payroll Related Costs (FICA, Workers Compensation, Health Insurance, Unemployment, Vacation, Holidays, Sick Leave) 18.08 Office Supplies 5.78 Depreciation .98 Automotive 4.38 Professional Services 10.6% Occupancy 7.08 Business Insurance 3.08 Communications 2.08 Professional Membership .18 Personnal Expenses 1.68 Taxes & Licenses .68 Bad Dept Expense 2.28 OVERHEAD TOTAL 104.08 1008 V T N� W N .a. ��@ V O. � a W N r� 40 m �,, � G1 a' N N✓ 6 r w r r r ... r M ly.' ' V 8 i•ip•(�/C�+ �7 W i00> V Q•N+ W N m.0 O� V Ttl1+ W N r p , S�5 c�i$ar,�`m�mt^n,mi��i��.� -, L`iZ°'�/Neri.r+m✓1y y�`x'�������'�'�os 7� �'�; > > `spy o .. Sr m •may e� J� iY u"... �,i m oK w. ,g d gppp "" Fr* ,Fp r�L E R M.4'.. I C � �i A � Z � f-fy" � by � H ✓ rN1 iA [f "CCCfff.O- � Y 1p N 'C � � � e. $ ^o ....... O H. r • p • ...•.• .. ..........................I...� y. 0 I� • • • • • • • • • . . • . . . . . . . . • • • • I� • • �� • N ! ........................ I, . . . . . . . . . . . y v I a a . . . . • • • • • • • • • • . • . • • . • • • • . • I! • • • y II • ! • • • • • r �...... .......:....... ff ... ��... Ii ; !i . . . . . A . . . . . . . . . . . . . . . . . . . . 6 tt If : :: : : : : : : : :: : : : : : : : :. : : : :: :: . ... . . . . . . . . . . . ... . . . . y y W � d ... . o . � . . . . . . . . . . . . . . . . . . . . . . . . . m o CD 0 2 . . . . . . . . . . . . . . . . . . . . . . . . . . Nab ........................... C m !' . . . . . . . . . . . . . . . . . . • • y iu . . . . . . . . . . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . I . • . . . • . . . . . . . . i • . . . . . . . . . . . . . . . . . . . . . . . . . . . V N I (I . . . . . . . . . . . . . . . . . . . • . . . . . . . . . . . . . . . . . . . . . . O. _ N r0 . . . . . . . . . . . • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . r .G II . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ib o !! . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .+ w -- I_ . . . . . . . . . . . . . .s. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �I II . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �9 b- . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . W N V .+ . • • • . . . . . • . . . • . . . • . . • . . . . . • . • • • • . . R z . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • . . . . . . . . . . . . . . . . . . . • . . . . . . . . . . . . . . . . • . . . . . . . a ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a .................. .............................�_ . • . . . . . . . . . . . . . . . . . . . • . . . • . • . . • . . • . . . . . . . . • • • • a R 1'1'1 W . . . . . . . . . . . . . • • • . . . . . . . . . . . . . • . . . • . . . . . . . . . . . . y .o P `'i . . . . . . . • . . . . . . . . . . . . . . . . . . • . . . . . . . • . . . . . . • . . . . . . . . . • . . • • . . . . • . • • . . . . • . • . • . . . • • • . • . . • . . • • . • . • . . V 6 S&SIM-0 r E TO: CITY COUNCIL 0 BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAR 111085 t` t 5 C -2jx� March 11, 1985 L CITY COUNCIL AGENDA ITEM NO. F_3(a) FROM: Public Works Department SUBJECT: COAST HIGHWAY WIDENING, BAYSIDE DRIVE TO MacARTHUR BOULEVARD RECOMMENDATION: Consulting Engineers for the preparation of final design plans, speci- fications and cost estimate (PS & E) for the Coast Highway Widening project. DISCUSSION: On February 11, 1985, the City Council authorized staff to negotiate and prepare a Local Agency /Consultant Agreement with the civil engineering firm of ASL Consulting Engineers for the design of the widening of Coast Highway bet- ween Bayside Drive and MacArthur Boulevard. Prior to final design a Final Environmental Impact Statement (FEIS) with accompanying preliminary engineering was prepared by ASL to meet Federal and State requirements. As part of the requirement, the FEIS was published in the Federal Register as to its availabi- lity on February 8, 1985 for a 30 -day response period ending March 11, 1985. Following that period the Federal Highway Administration (FHWA) will execute a Record of Decision and authorize the City to prepare final design plans, speci- fications and a cost estimate (PS & E). ASL was selected to be the most qualified consultant for this public works project by a selection committee interviewing three of the most qualified consultants submitting proposals. The procedure used for consultant selection was in accordance with the procedure previously established by the City Council for FAU projects. Critical elements considered in the selection process, and meeting the City's and Caltrans' needs included: • 1. Capability to do the work in a specified time. 2. Demonstrated performance with Caltrans /FHWA projects. 3. Familiarity with the project. 4. Disadvantaged Business (subconsultant) participation. S. Budget presentation. 04) •March 11, 1985 Subject: Coast Highway Widening, Bayside Drive to MacArthur Boulevard P age 2 r � �J • A Local Agency /Consultant Agreement has been prepared covering the PS & E for the widening project. The major components of the scope of services to be provided in the agreement are outlined below: 1. Soil and geotechnical engineering. 2. Noise attenuation mitigations. 3. Utilities investigation. 4. Final roadway plans. 5. Final right of way plans. 6. Drainage plans. 7. Landscape and irrigation plans. 8. Signal and striping plans. 9. Traffic control plans. 10. Construction specifications. 11. Cost estimate. 12. Provide consultation during construction of the project. The fee for the services is based on standard hourly rates, with a specified maximum of $181,000. After authorization to proceed, the consultant is prepared to submit PS & E for Phase I (MacArthur Boulevard to Jamboree Road) in three months and for Phase II (the section between Jamboree Road and Bayside Drive) within six additional months. Federal funding for the final design, right -of -way engineering, and appraisals has been approved by the Orange County Transportation Commission. The current Federal Aid Urban (FAU) program calls for 86% FAU and 14% local funds for project financing. Benjamin B. Nolan Public Works Director HH.jd