Loading...
HomeMy WebLinkAboutC-2591(B) - Pacific Coast Highway Highway Widening, Newport Boulevard to Highland StreetTO: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 FINANCE DIRECTOR FROM: CITY CLERK DATE: January 31, 1991 SUBJECT: Contract No. C- 2591(B) Description of Contract Modification of Agreement for Construction Engineering of Coast Highway Effective date of Contract January 30, 1991 Authorized by Minute Action, approved on January 28, 1991 Contract with Robert Bein, William Frost & Associates Address 14725 Alton Parkway P.O. Box 19739 Irvine, CA 92718 Amount of Contract (See Agreement) " �'e 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 0 TO: City Council BY THE CITY COUNCIL CITY OF NEWPORT BEACH JAN 2 1991 AM- 0 E FROM: Public Works Department January 28, 1991 CITY COUNCIL AGENDA ITEM NO. F-3(e) SUBJECT: MODIFICATION OF AGREEMENT WITH ROBERT BEIN, WILLIAM FROST & ASSOCIATES FOR CONSTRUCTION ENGINEERING OF COAST HIGHWAY,.0 -2591 RECOMMENDATION: Authorize the Mayor and the City Clerk to execute the Modification Agreement with Robert Bein, William Frost & Associates to increase the maximum fee from $60,000 to $110,000 for Construction Engineering. DISCUSSION: On August 16, 1989, the City entered into an agreement with Robert Bein, William Frost & Associates (RBF) to provide construction engineering services for the widening of Coast Highway between Newport Boulevard and Highland Street. • Due to unknown underground utilities and geological conditions, several construction design modifications had to be engineered. Changes which have occurred in the scope of construction services that are included in this agreement are as follows: 1. Redesign 12" water line. 2. Redesign sound walls. 3. Redesign retaining wall. 4. Redesign parking bays. 5. Design fire gate. 6. Design special street light footing. 7. Design grade beam over storm drain. 8. Review additional shop drawings. 9. Construction survey This modification to the agreement will compensate RBF on an hourly basis with the total fee not to exceed $110,000 and is an increase of $50,000 over the original amount authorized by the • Council. The additional cost would be shared by Caltrans, Hoag Hospital and the City proportionally to each parties share of the total construction cost. Funds are included in the current budget to cover the st agreemen modification. Ben amin B. Nolan Public Works Director HH:so 0 MODIFICATION OF AGREEMENT NUMBER C -2591 THIS MODIFICATION of the Agreement Number C -2591 entered into this 3D day of 1 1991, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY ", and ROBERT BEIN, WILLIAM FROST & ASSOCIATES, hereinafter referred to as "CONSULTANT ", is made with reference to the following: RECITALS: A. On August 16, 1989, Agreement Number C -2591, was entered into by and between CITY and CONSULTANT, hereinafter referred to as "AGREEMENT" B. CITY and CONSULTANT desire to modify the AGREEMENT on the terms and conditions set forth herein. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: follows: follows: 1. Section 2 of the AGREEMENT is modified to read as CONSULTANT hereby agrees to perform all the services as outlined in the Letter of Proposal dated August 3, 1989, to the AGREEMENT and to perform additional services as outlined in Addendum No. 1, dated February 15, 1990, and Addendum No. 2, dated April 23, 1990; and by this reference made a part hereby. 2. Section 3 of the AGREEMENT is modified to read as CONSULTANT shall be compensated for services performed pursuant to the agreement in the amount and manner set forth in the Letter of Proposal dated August 3, 1989; Addendum No. 1, dated February 15, 1990; and by Addendum No. 2, dated April 23, 1990, incorporated herein by this reference from $60,000 to $110,000. 1 The maximum fee to change i IL � +H 3. Except as expressly modified herein, all other terms covered and set forth in the AGREEMENT shall remain the same and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this Modification of Agreement to be executed on the day and year first above written. ATTEST: z�e24�_' City Clerk iv U APPROVED AS TO FORM: i / Cit -Attorney CITY OF NEWPORT BEACH a Municipal Corporation Mayor CONSULTANT Robert Bein, William Frost & Associates By i Senio Vice President 2 cF�ober"i 'Beirl,ryWilliam `Fr'ost 6&c,9ssociates PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS February 15, 1990 JN 25872 Mr. Horst Hlawaty City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Subject: Proposal for Additional Professional Engineering • Redesign Proposed 12" Waterline Profile • Redesign Proposed Soundwall VII • Redesign Retaining Wall 1" • Review 30" Sewer Interference and Design • Recalculate Earthwork Quantities • Design special Street Light Footing Design Soundwall Gate Pacific Coast Highway Widening (Newport Blvd. City of Newport Beach Contrast No. C -2591 Dear Horst: and Surveying services Concrete Fillet to Highland St.) In accordance with your request we hereby present this addendum for additional professional engineering and surveying services. Tne services include the following: Revise previously prepared water improvement plans to raise the profile of the proposed 12" watermain. We have completed this requested work as a result of your recent direction. Revise previously prepared soundwall plans to raise the profile for soundwall VII t accommodate the "As -Bid" drilled pile footing. We have completed this additionz work as a result of earlier direction from the City of Newport Beach. Revise previously prepared retaining wall plans to replace the approved weephole bydrostatic drainage system with a horizontal perforated pipe behind the wall. In accordance with your request we have completed this additional work. Review interference of the existing 30" sewer force main with the construction of storm drain line #1, at PCH street station 33 +80 approximately, and prepare a response letter incorporating details to construct a concrete fillet in order to accommodate the constructed condjljpn „ ,At the City's direction we have completed this work. ss is ®a aw "GUM •a +vac, , February 15,,1990 • NSF. Page 2 Recalculate the eartbwork quantities based on the City's decision to consider the unclassified excavation work as a fixed pay item. We have completed this work based on the City's direction. Design a special street light footing on the southerly side of PCH at street station 8 +40 to accommodate the existing 30" storm drain in this vicinity. We have completed this requested work recently. Design a soundwall gate to provide fire control access through soundwall M near street station 2 +75 in accordance with the City's recent direction. This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement, dated August 11, 1989. An outline of the specific tasks to be completed under this addendum is presented for your information as follows; (A) REDESIGN PROPOSED 12" WATERLINE PROFILE (Completed) This task was previously completed as a result of the request by the City of Newport Beach to raise the previously approved proposed 12" waterline profile for an approximate total length of 1500 linear feet. The request also involved revisions to previously prepared details and fittings. This task also includes attendance at (1) meeting as requested by the City of Newport Beach. (B) REDESIGN PROPOSED SOUNDWALL VH (Completed) This task was previously completed as a result of the request of the City of Newport Beach to raise the previously approved profile for soundwall VU for an approximate length of 2,360 linear feet. This was to accommodate the "As -Bid" drilled pile footing for this wall. This involved revisions to five (5) Plan and Profile Sheets. Additionally, revisions were made to two (2) Detail Sheets to show the drilled pile footing details. (C) REDESIGN RETAINING WAIL 1" (Completed) This task was previously completed as a result of the request of the City of Newport Beach to replace the approved weephole hydrostatic drainage system with a horizontal perforated pipe behind the wall. This was based on a review of the f: ;ld conditions by the City when storm drain system rr 17 (in close proximity to retaining w it "I ") was being installed. This task involved revisions to the plan, profile and sectional views for retaining wall "I" along with the preparation of additional details to connect the drainage system to a catch basin. JN 25872 " FebNary 15, 1990 • Page 3 (D) SE VER INTERFERENCE AND CONCRETE FILLET DESIGN (Completed) Research available "As- Builts" drawings completed for the existing 30" sewer force main (SFM) constructed under Orange County Sanitation District Contract 5 -29. Upon review of these drawings conduct a field review of the interference along with associated ground photography. Prepare a letter outlining the existing conditions and the future location of the 14',.5' reinforced concrete box (RCB) to be constructed under the Pacific Coast Highway Project. At the City s request, design a concrete fillet in the comer of the RCB, over the SFM in order to accommodate the constructed condition. This work involved the preparation of separate drawings to show the details of the concrete fillet. (E) RECALCULATE EARTHWORK QUANTITIES (Completed) Recalculate the entire earthwork quantities, using the previously prepared cross sections, based on the City's decision to consider the unclassified excavation work as a fixed pay item. Prepare a table showing back -up earthwork calculations. We have completed this work at the City's direction. (F) DESIGN SPECIAL STREET LIGHT FOOTING (Completed) Review existing utilities and design a special street light footing on the southerly side of PCH at street station 8 +40 to accommodate the existing 30" storm drama under the sidewalk in this vicinity. prepare separate drawings to show the details of the special footing. Th=.•s task has been completed as a result of the City's earlier direction. (G) DESIGN SOUNfDWALL GATE (To be completed) Reseamk InvesTigation erred Revimv Review the location of the proposed fire access gate based on the Ingress- Egress easement exhibit provi :ed by the City. Research suitable sound reduc .sg materials for the gate construction aat meets Caltrans' requirements and the climatz conditions of the site. Revise SoundwaQ Plays Revise previously prepared plans to show the construction of a 16' wide soundwall gate near street station 2 +75. It is anticipated that no revision to the pilaster locations as shown presently on the plans will be necessary. Prepare additional gate details as necessary for construction. M JN 25872 Page 4 The following is a summary of the additional fees requested to accomplish these additional tasks: CONTRACT SUMMARY Estimated Task Description Additional fee (A) REDESIGN PROPOSED 12" WATERLINE PROFILE (B) REDESIGN PROPOSED SOUNDWALL VII (C) REDESIGN RETAINING WALL "I" (D) SEWER INTERFERENCE AND CONCRETE FILLET DESIGN (E) RE, CALCULATE EARTHWORK QUANTITIES (F) DESIGN SPECIAL S'T'REET LIGHT FOOTING (G) DESIGN SOUNDWALL GATE Total Professional Dees Requested this Addendum No. 1 Previously Requested .Fees (Excluding reproduction) TOTAL FEES REQUESTED $ 4,778.00 1,900.00 1,200.00 1,900.00 700.00 500.00 1,100.00 $12,078.00 $58,486.00 70 54.0{0 Consultant shall complete the work outlined herein on a time and materials basis and invoice the City of Newport Beach monthly. We are pleased to be of continuing service to the City of Newport Beach, if you have any questions regarding this proposal, please contact me. Please indicate your approval of this contract by signing the attached "Agreement Between Client and Consultant" and return the white copy, or by issuing written acceptance in a form consistent with your procedures. Sincerely, ROBERT BEIN, WILLIAM FROST AND ASSOCIA'T'ES Gary er, P.E. Vice esident Public Works Engineering CnM:rlf/Z87ZJW pr. Accounting (2) Doug Frost, REF Jim McDonald, REF John McLaughtin, REF JN 25872 , 'F,bberl 'BehL,`William `7i-ost G&C,9ssociates PROFESSIONAL ENGINEERS. PLANNERS & SURVEYORS April 735, 1990 Mr. Horst Hlawaty City of Newport Beach 3300 Newport Boulevard Newport Beach, Ca 92663 JN 25872 Addendum No. 2 Subject: Proposal for Additional Professional Engineering and Surveying Services Pacific Coast Highway Widening (Newport Blvd. to Highland Street) City of Newport Beach Contract No. C-2591 Dear Horst: In accordance with your request we hereby present this addendum for additional professional engineering and surveying services. These additional services include the following: Review of additional Shop Drawings, Design of Water Valve Vault, Storm Drain and Soundwall Revisions, Preparation of Miscellaneous Details and Construction Survey. This addendum contains our Scope of Work and Fee Estimate attached as Eydhibits "A' and "B" for you review and approval. This is a continuation of engineering services originally authorized by the City of Newport Beach per the signed agreement, dated August 11, 1989. We are pleased to be of continuing services to the City of Newport Beach. If you have any questions regarding this proposal, please contact me. Please indicate your approval of this contact by signing the attached "Agreement Between Client and Consultant" and return the white copy or by issuing written acceptance in a form consistent with your procedures. yt Si Gary LXmiller, P.E. Vice President Public Works Engineering GM.rIf12SMad1 PC: Accounting (2) Doug Frost, RBF Jim McDonald, RBF John McLaughlin, RBF Trofessiorlal $rrvice Siqce 1944 I , Pacific Coast Highway Widening (Newport Blvd. to Highland St.) Addendum No. 2 (A) REVIEW ADDITIONAL SHOP DRAWINGS (i) Shop Drawings (Completed) This task includes the review of Shop Drawings submitted by the City's Contractor for conformance with the improvement plans and specifications. The following 27 submittals out of the total 38 submittals are beyond the work anticipated for Task I "Shop Drawing Review" of our original proposal dated August 11, 1989: Storm Drain Line Layouts (i submittal) Trench Shoring Systems (6 submittals) Alternate Concrete Sources (6 submittals) Precast Box Culvert (3 submittals) Epoxy, Caulking and Expansion Joint Materials (3 submittals) Bulkhead alternative at Bay Outlet (2 submittals) Traffic Signal Cabinets (1 submittal) Pile Caissons (3 submittals) Filter Fabric and Rip -Rap (1 submittal) Gated Diversion Facility (1 submittal) (u) Future Shop Drawing Submittals. (To be Completed) It is anticipated that the following six additional submittals will be reviewed by RBF during the remainder of the project: Gated Diversion Facility Handrailing Soundwall Gate Planting Irrigation Traffic For budgetary purposes, forty (40) manhours has been allocated for these reviews. Actual work to complete "Shop Drawing Review" shall be on a time and material basis. (B) DESIGN WATER VALVE VAULT (Completed) This task was previously completed as a result of the verbal request by the City of Newport Beach to design a water valve vault near Pacific Coast Highway and Bayside Drive. The lower portion of the vault was to be constructed of cast in place concrete while the top portion was to be constructed of a precast concrete section. All data for use in the design was provided by the City. This task involved the design of the vault floor slab, walls and the preparation of structural details. IN 25872 FXMTT "A' Pacific Coast Highway Widening (Newport Blvd. to Highland St) Addendum No. 2 (Continued) (C) CONSTRUCTION SURVEY (i) Requested Surveys (Completed) This task was previously completed as a result of the request by the City of Newport Beach to provide construction survey services. This task involved the construction staking of approximately 550 linear feet of Soundwall VII near Balboa Boulevard to avoid relocation of the previously constructed Edison facilities. This task also involved the verification of items staked by the City's Contractor and locating a previously constructed portion of the precast concrete box culvert near Newport Boulevard. (ii) Future Construction Survey (To be Completed) We anticipate that the City will request additional construction survey services throughout the remaining duration of this project. For budgetary purposes twenty (20) 3- man-crew hours have been allocated to this task. Actual time to complete survey services shall be on a time and materials basis. (D) REDESIGN PARKING BAY (Completed) This task was completed at the direction of the City to redesign the parking bay along Pacific Coast Highway between Fem Street and Orange Street to avoid relocation of the previously constructed Edison vault. This Edison Vault had been constructed at a location inconsistant with the approved construction plans. This task involved the reconfiguration of the drainage through the parking bay and the redesign of the curb grades for approximately 65 linear feet. Additionally, a 10 scale detail showing the parking bay modifications was prepared. (E) REALIGN PRECAST BOX CULVERT (Completed) This task was previously completed as a result of the request of the City of Newport Beach to modify the precast box culvert near Newport Boulevard to avoid relocation of the high pressure gas line in this vicinity. Although pothole information was obtained during the design phase of this project the interference with the gas line was not at a pothole location and the pipeline elevation was interpolated between pothole locations. This task includes coordinating with Southern California Gas Company and involved a hydraulic analysis of alternative culvert sections along with the redesign of the culvert profile for an approximate length of 115 linear feet. Additionally, a 20 scale drawing showing the revised profile was prepared. JN 25872 Ocific Coast Highway Widening (Newport Blvd. to Highland St) Addendum No. 2 (Continued) (F) PREPARE SOUNDWALL FOOTING DETAILS (Completed) This task was previously completed as a result of the request of the City of Newport Beach to prepare details for Soundwalls X1 and XVI to avoid relocating previously constructed Edison facilities and to avoid other utilities in the vicinity. This task includes coordinating with Southern California Edison Company and the preparation of seven separate details showing modifications to the soundwall footings. (G) DESIGN GRADE BEAM OVER STORM DRAIN (Completed) This task was previously completed as a result of the request of the City to design the grade beam to bridge over a storm drain approximately at street station 37 +40. The conflict with the grade beam and storm drain occurred when the plans were revised to show the construction of a grade beam with CIDH piles for the soundwall footing. This task involved the design of the grade beam to bridge over the storm drain and to maintain the structural integrity of the grade beam. Additionally, structural details were prepared to show the construction in this vicinity. (H) ADDITIONAL, CONSTRUCTION PLAN INTERPRETATION (To be Completed) We anticipate that additional work outside the scope of Task II on our original proposal, dated August 11, 1989 will be required during the remainder of this project. This work includes services to interpret plans and recommend plan revisions based upon actual field conditions encountered during construction. For budgetary purposes eighty (80) manhours has been allocated to this task. Actual work to perform these services shall be on a time and materials basis. JN 25872 Pacific Coast Highway Widening (Newport Blvd. to Highland SQ Addendum No. 2 The following is a summary of the additional fees requested to accomplish these additional tasks: CONTRACT SUMMARY Task Description (A) REVIEW ADDITIONAL SHOP DRAWINGS (i) Shop Drawings (Completed) (ii) Future Shop Drawings Submittals (B) DESIGN WATER VALUE VAULT (Completed) (C) CONSTRUCTION SURVEY (i) Requested Surveys (Completed) (ii) Future Construction Survey (D) REDESIGN PARKING BAY Estimated Additional Fee (E) REALIGN PRECAST BOX CULVERT (Completed) (F) PREPARE SOUNDWALL FOOTING DETAILS (Completed) (G) DESIGN GRADE BEAM OVER STORM DRAIN (Completed) (H) ADDITIONAL CONSTRUCTION PLAN INTERPRETATION Total Professional Fees Requested this Addendum No. 2 Previously Requested Fees including Addendum No. 1 (Excluding reproduction) TOTAL, FEES REQUESTED S 13,663 3,200 1,836 4,852 3,826 415 798 1,010 1,695 6.400 $37,695 $70,564 5108,259 Consultant shall complete the work outlined herein on a time and material basis and invoice the City of Newport Beach on a .monthly basis. JN 25872 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR (714) 644 -3005 FROM: CITY CLERK DATE: December 11, 1989 SUBJECT: Contract No. C- 2591(B) Description of Contract Modification of Agreement for Design of PCH Widenine Protect. Effective date of Contract December 11, 1989 Authorized by Minute Action, approved on November 27, 1989 Contract with Robert Bein, William Frost & Associates Address P.O. Box 19739 14725 Alton Parkway Irvine, CA 92718 Amount of Contract (See Agreement) " (�e 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach -fir • • TO: CITY COUNCIL FROM: Public Works Department November 27, 1989 CITY COUNCIL AGENDA ITEM NO. F_ 3(e) v 1 ;;OUN011. NOV 2 7 1989 SUBJECT: MODIFICATION OF AGREEMENT WITH ROBERT REIN, WILLIAM FROST & ASSOCIATES FOR DESIGN OF PACIFIC COAST HIGHWAY WIDENING PROJECT RECOMMENDATIONS: Approve the Modification Agreement No. C- 2591(8) and authorize the Mayor to execute. DISCUSSION: The City entered into an agreement on October 23,1 986, with Robert Bein, William Frost & Associates (RBF) for the preparation of plans, • J pecifications and contract documents for the widening of Pacific Coast Highway etween Newport Boulevard and Highland Street. This agreement was modified on anuary 22, 1988 and December 12, 1988. Changes which have occurred in the scope of services that is included in the agreement are as follows: 1. Provide independent structural calculations for all work as required by Caltrans. 2. Design alternate pile foundation for Lido Sands sound wall. 3. Revise Lido Sands sound wall to reduce height from 10' to 8'. 4. Add sound wall between Walnut Avenue and Cedar Street as required by Coastal Commission. 5. Revise traffic signal plan as requested by Caltrans. 6. Revise quantity and cost estimates. • 7. Revise Balboa Coves sound wall to reflect changes agreed to by City in agreement with Balboa Coves. B. Prepare drainage study requested by Caltrans. 9. Miscellaneous plan revisions requested by Caltrans. • Subject: Modification of Agreement with RBF for Design of Pacific Coast Highway Widening November 27, 1989 Page 2 Because of the changes in the scope of work, the modification extends the term of the agreement to December 31, 1989. The change in fee for the above scope of revisions is $35,042.00. This increases the maximum allowable fee to $623,449. The City's portion of the increased fee would be $7,981.22. Under the terms of a Cooperative Agreement, Caltrans will reimburse the City for the remaining $27,060.78 of the increased fee. Funds are included in the current budget for the City's portion of the increased fee. ,,4 -" a a Benjamin B. Nolan • Public Works Director DCS:so • , . MODIFICATION OF AGREEMENT • NUMBER C- 2591(B) This Modification of the Agreement Number C- 2591(B) entered into this day of 1989, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter "CITY ") and ROBERT BEIN, WILLIAM FROST & ASSOCIATES (hereinafter "CONSULTANT "), is made with reference to the following: RECITALS: A. On October 23, 1986, Agreement Number C- 2591(B), was entered into by and between CITY and CONSULTANT (hereinafter "AGREEMENT"). modified. B. On January 22, 1988 and December 12, 1988, the AGREEMENT was C. CITY and CONSULTANT desire to modify the Agreement and the modification on the terms and conditions set forth herein. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. The term of the AGREEMENT is extended to December 31, 1989. 2. Section VI A of the AGREEMENT is modified to read as follows: CONSULTANT hereby agrees to perform all the services as outlined in Exhibit "A" attached to the AGREEMENT, Exhibit "D" attached to the modification of AGREEMENT and to perform the additional services as outlined in Exhibit "E" attached hereto consisting of Addendum No. 7, dated July 7, 1988 and Addendum No. 8 dated July 12, 1989; and by this reference made a part hereof. 3. Section XXIV B of the AGREEMENT is modified to change the net fee from $52,845 to $56,700. 3. Section XXIV D of the AGREEMENT is modified to change the total expenditures from $588,407 to $623,449. 4. Except as expressly modified herein, all other terms and covenants set forth in the AGREEMENT shall remain the same and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this Modification of Agreement to be executed on the day and year first above written. CITY OF NEWPORT BEACH, APP VED AS TO FORM: a Municipal Corporation, � By: ,ty Attorney P i f ly r rl CONSULTANT ATTEST: <. Robert Bein, William Frost & Associates City Clerk yorice �dent, `lobed '�Beiil,`William ch-ost 6&c9ssociates PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS July 7, 1989 Mr. Don Simpson Department of Public Works City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Subject: Proposal for Additional Pacific Coast Highway' Dear Don: EXHIBIT E JN 23627 LID Addendum No. 7 (Revised) We hereby request this addendum to our contract for the final design and preparation of improvement plans and contract documents for the widening of Pacific Coast Highway (Newport Boulevard to Orange Street). This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement dated October 23, 1986. The specific tasks associated with these additional services include: TASK I - RETAINING /SOUND WALL DESIGN A. Independent Calculation Review As a result of recent direction by Caltrans, provide a completely independent review of structural calculations for all walls included with this project. B. Alternative Wall Design At the request of the City of Newport Beach, consult with Geotechnical Engineer (WCC) and evaluate feasibility of beam /pile wall foundation for sound /retaining walls at Lido Sands. C. Revise Sound Wall Heiehts At the request of the City of Newport Beach, revise sound wall plans from 10- foot high to 8 -foot high sound wall. This requires modification to sound wall plans, profiles, and calculations for approximately 2,400 feet of previously prepared sound wall plans. AN UP 1 of 12 P.O. BOX 19739 • 14725 ALTON PARKWAY. IRVINE, CALIFORNIA 92718 • (714) 472 -3505 • FAX (714) 472 -8373 OFFICES IN NEWPORT BEACH • PALM DESERT • RANCHO CALIFORNIA • SAN DIEGO Mr. Don Simpson July 7, 1989 • 0 Page 2 D. Additional Walls (Walnut Avenue to Cedar Street) As a result of City direction, prepare plans for approximately 75 feet of additional soundwall on the northerly side of PCH between Walnut Avenue to Cedar Street. TASK II - STORM DRAIN REVISIONS 9'X4'RCB As a result of the recent direction by the City of Newport Beach a request for these services will be deleted from this request and will be included withn a separate addendum request to our contract. TASK III - ADDITIONAL GEOTECHNICAL SUPPORT (WCC /RBF) As a result of the recent Caltrans request, Woodward -Clyde Consultants (WCC) will provide a review of the plans and specifications for compliance with the recommendations of the soils report prepared for this project. TASK IV - TRAFFIC SIGNALIZATION. LIGHTING. STRIPING AND SIGNING A. Traffic Signalization As a result of the recent Caltrans plan review comments, revise previously prepared plans to accommodate the following: 1. Installation of pedestrian push buttons in extended median island noses. 2. Inclusion of additional mast arm heads for all new and existing intersections on PCH. 3. Provisions for additional "T' type pole with signal head and pad button within the extended and widened median on PCH at Superior Avenue. 4. Revisions to street lighting plans to: Relocate street light to back of walk on northerly side of PCH (Sta. 17 +68) to accommodate (1) additional parking bay. Eliminate street lights at westerly end of project outside limits of current project. It was previously indicated that these lights should be included with this project. 5. Revisions to signal /street lighting and wiring schedules to reflect the above revisions. JN 23627 Addendum No. 7 2 of 12 (Revised) Mr. Don Simpson • • July 7, 1989 Page 3 B. Traffic Signine(StriRing As a result of Coastal Commission review and Caltrans plan review comments, revise plans to provide for the following: 1. Installation of new coastal access and public parking signs. 2. Revision to signing plans to extend median noses and add median nose signing at intersections on PCH. TASK V - ADDITIONAL LANDSCAPING & IRRIGATION As a result of the recent request by the City, provide additional landscaping and irrigation adjacent to the sound wall on the northerly side of PCH between Fern Street and Orange Street. TASK VI - ADDITIONAL EXHIBITS At the request of the City, prepare and provide additional exhibits as follows: 1. Right -of -way exhibit books showing areas of R/W affected by this project on the northerly side of PCH and adjacent to Newport Shores from westerly of Seminoux Slough to Highland Avenue. 2. Exhibit showing power pole locations for use by SCE. As a result of the proposed undergrounding of SCE facilities, these poles were not previously shown on the plans. Subsequent information provided indicated that these poles would be in place at the time of contruction and may create a conflict with the proposed improvements. 3. As a result of the City request, revise previously prepared Superior Avenue parking lot exhibit to show expanded and future City bike trails and access road. TASK VII - ROADWAY PLAN REVISIONS As a result of the recent Caltrans and City of Newport Beach requests, revisions to previously prepared plans will be necessary. These changes include the following: JN 23627 Addendum No. 7 (Revised) 3 of 12 Mr. Don Simpson July 7, 1989 Page 4 A. Median Nose Extensions Revise plans and alignment calculations to accommodate the extension of median island noses to accommodate requested changes as a result of Task IV - A Traffic Signalization. B. Parking BU Addition Revise plans and profile to accommodate one (1) additional parking bay at the northerly side of PCH (STA 17 +68). C. Revise Curb Return at Walnut Street Revise plans to accommodate changes to curb return and driveway at Walnut Street. This work was necessary to accommodate the current Right -of -Way available for this project. D. Newport Ramp Structural Section Revise plans to accommodate new structural section provided by Caltrans. E. Sidewalk Revisions Revise plans to accommodate removal and replacement of sidewalk adjacent to Lido Sands Drive. F. Revise Balboa Coves Curb Revise curb to 6' x 12" concrete header parallel to Balboa Coves sound wall to accommodate drainage concerns. TASK VIII - QUANTITY/COST REVISIONS As a result of the expanded scope of work to accomodate the above tasks, revise previously prepared Quantity and Cost Estimates. This task requires changes to the following: a. Caltrans Cost Summary b. City of Newport Beach Cost Summary C. Hoag Hospital Cost Summary d. Total Cost Summary e. Superior Avenue Parking Lot Access Road Cost Estimate (Exhibit "C ") JN 23627 Addendum No. 7 4 of 12 (Revised) Mr. Don Simpson • July 7, 1989 Page 5 TASK IX - CONSULTATION AND MEETING ATTENDANCE WITH CITY AND CALTRANS Attend meetings and consultation with the City and Caltrans as identified below: 1. As a result of additional Tasks I through VII, 2. To accommodate an extended project completion schedule For budgetary purposes, a maximum of four (4) additional meetings has been allocated to perform these services. These additional meetings assume completion of this project by February 28, 1989. The attached Fee Summary identifies additional fees requested, based on the manpower estimates to accomplish these additional tasks. We are pleased to be of continuing service to the City of Newport Beach. If you have any questions regarding this proposal, please contact Gary Miller or me. Please indicate your approval of this contract addendum by signing as indicated below and returning one copy, or by issuing written acceptance in a form consistent with your procedures. Sincerely, ROBERT BEIN, WILLIAM FROST & ASSOCIATES Ja s E. McDonald, P.E. enior Vice President Civil Engineering jcs /a7r pc: Accounting (2) Gary Miller, RBF JN 23627 Addendum No. 7 5 of 12 (Revised) Mr. Don Simpson • July 7, 1989 • Page 6 CONTRACT SUMMARY (Original Contract & Addendum 1 through 7) Total Fees Previously Authorized (Addendums 1 through 6) $588,407 Total Professional Fees Requested with this Addendum 23,012 Total Fees Requested With This Addendum $611,419 Total Reproduction Allowance requested with this Addendum (Budget Item) 3,000 JN 23627 Addendum No, 7 6 of 12 (Revised) i a � 0 0 ^xo M C• C p 0 O. ,O � C ^ p L'. � � b �o N w d y b c9 n �p tla u � y N �+ N 'NO O G. n b N � �N w W N N NN W to to N tNn VJi �j a � 0 0 ^xo M C• C p � � b �o N � c d b c9 n �p tla u � y N �+ N 'NO O G. n b N � �N w W N N NN W a 7 of 12 R `z s.zN W N V 0 O O CD �' 7y o � C� C � G C � C � � X d � � O y fD X n1 N �• d Ct7 < O � � C CCy C7 a w•faf�� N �� w w X Ear w H X zy Vwi u y � w �'w C �e p C y b X yS W w �N a � 0 0 p O O CD �' 7y o � C� C � G C � C � � X d � � O y fD X n1 N �• d Ct7 < O � � C CCy C7 a w•faf�� N �� w w X Ear w H X zy Vwi u y � w �'w C �e p C y b X yS W w �N a 0 0 0 O O CD �' 7y o � C� C � G C � C � � X d � � O y fD X n1 N �• d Ct7 < O � � C CCy C7 a w•faf�� N �� w w X Ear w H X zy Vwi u y � w �'w C �e p C y b X yS W w �N a 0 `Robert `Beiq,`William `P-ost 6,0,9ssociates PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS July 12, 1989 Mr. Don Simpson Department of Public Works City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 JN 23627 Addendum No. 8 Second Revision Subject: Proposal for Additional Engineering Services - Pacific Coast Highway Widening (PCH - SRI) Dear Don: We hereby request this addendum to our contract for the final design and preparation of improvement plans and contract documents for the widening of Pacific Coast Highway (Newport Boulevard to Orange Street). This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement dated October 23, 1986. The specific tasks associated with these additional services include: TASK I RETAINING /SOUND WALL DESIGN REVISIONS (Adjacent to Balboa Coves) As a result of the City's request letter dated February 22, 1989, revise previously prepared plans and specifications for approximately 1,640 feet of soundwall on the southerly side of PCH for the Balboa Coves development. This task includes revisions to plans and specifications as follows: 1. Change slump stone to common block and stucco. 2. Eliminate brick cap. 3. Eliminate pilasters. 4. Delete portion of sound wall XIV from Sta 10 +00 to STA 13 +25.17. 5. Realign portion of sound wall XIV between STA 13+25.17 and STA 14 +87.05 to accommodate realignment of the wall extending along Pacific Coast Highway and then southerly along the easterly side of Lot 72. WZ wj WA u IAA w 8 of 12 sEa�,�E P.O. BOX 19739 • 14725 ALTON PARKWAY, IRVINE, CALIFORNIA 92718 • (714) 472 -3505 • FAX (714) 472 -8373 OFFICES IN NEWPORT BEACH • PALM DESERT • RANCHO CALIFORNIA • SAN DIEGO Mr. Don Simpson • • July 12, 1989 Page 2 TASK I (cont.) 6. Extend wall VIII easterly from STA 6 +47.33 along Pacific Coast Highway and then southerly along the westerly side of Lot 75. It is estimated that this task will require revisions to six (6) previously prepared plan sheets in order to accomplish this work. TASK II LANDSCAPING AND IRRIGATION REVISIONS As a result of revisions included in Task I herein, revise landscaping and irrigation adjacent to the sound walls on the southerly side of PCH at Balboa Coves. It is estimated that this task will require revisions to seven (7) previously prepared landscape plan sheets in order to accomplish this work. This task excludes landscaping within the remaining triangular area on the southerly Balboa Coves side of the new wall and assumes this landscaping will be provided by the Balboa Coves Association. TASK III QUANTITY /COST REVISIONS As a result of the expanded scope of work to accommodate the above tasks, revise previously prepared Quantity and Cost Estimates. This task requires changes to: 1. Caltrans Cost Summary 2. City of Newport Beach Cost Summary 3. Hoag Hospital Cost Summary 4. Total Cost Summary TASK W SOUND WALL TRANSPARENT PANEL REVISIONS As a result of the request by the City, revise detail plan sheet SW 21. TASK V REVIEW OF OVERFLOW DRAINAGE Provide preliminary review and conceptual exhibit for review of Hoag Hospital and Caltrans storm drains. This work is at the request of Caltrans Drainage Department to evaluate overflow drainage impacts to the Newport Boulevard ramp as a result of the construction of the currently proposed closed storm drain as the previously provided open drainage system. This additional overflow study would not normally be required and was not included in our original scope of work for this storm drain system. JN 23627 9 of 12 Addendum No. 8 Second Revision Mr. Don Simpson • II July 12, 1989 Page 3 TASK VI CONSULTATION AND MEETING ATTENDANCE WITH CITY AND CALTRANS Attend meetings and provide consultation with the City and Caltrans, 1. As a result of additional Tasks I through III; 2. To accommodate an extended project completion schedule. For budgetary purposes, a maximum of sixteen additional manhours has been allocated to perform these services. These additional meetings assume completion of this project by April 20, 1989. The attached Fee Summary identifies additional fees requested, based on the manpower estimates to accomplish these additional tasks. JN 23627 10 of 12 Addendum No. 8 Second Revision JN 23627 11 of 12 Addendum No. 8 Second Revision Mr. Don Simpson July 12, 1989 Page 5 FEE SUMMARY Addendum No. 8 TASK I TASK II TASK III TASK IV TASK V TASK VI Principal @ $100 200 0 0 0 0 0 Structural Eng. @ $80 340 0 0 160 0 80 Proj. Mngr /Eng. @ $75 600 150 375 75 450 450 Design Engineer @ $55 2,200 330 440 0 110 550 Sr. Draftsman @ $44 1,320 880 0 176 132 0 Survey (2 -man crew) 600 0 0 0 0 0 Clerical @ $28 0 0 112 0 0 0 Sub Consultants Bob Graves (L.S.) 0 2,200 0 0 0 0 TOTALS 5,260 3,560 927 411 792 1,080 Total Estimated Professional Fees Tasks I through VIII Blueprinting and Reproductions (Budget Only) TOTAL FEES $ 12,030 500 $ 12,530 JN 23627 12 of 12 Addendum No. 8 Second Revision i 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR !%in�i�cL• FROM: CITY CLERK DATE: August 23, 1989 SUBJECT: Contract No. 2591 Description of Contract Consultant Agreement with Robert Rein, William Frost & Associates for construction cuppnrr c wires for PCH widening project. Effective date of Contract August 16, 1989 Authorized by Minute Action, approved on August 14, 1989 Contract with See above Address P.O. Box 19739, Irvine, Ca. 92718 Amount of Contract Not to exceed $60,000 Z� "(: ' , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach c��F i 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR !%in�i�cL• FROM: CITY CLERK DATE: August 23, 1989 SUBJECT: Contract No. 2591 Description of Contract Consultant Agreement with Robert Rein, William Frost & Associates for construction cuppnrr c wires for PCH widening project. Effective date of Contract August 16, 1989 Authorized by Minute Action, approved on August 14, 1989 Contract with See above Address P.O. Box 19739, Irvine, Ca. 92718 Amount of Contract Not to exceed $60,000 Z� "(: ' , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach CONSULTANT AGREEMENT THIS AGREEMENT, entered into this 14�22elday of , 1981, by and between the CITY OF NEWPORT BEACH, a municipal cor ation, (hereinafter referred to as "CITY ") and ROBERT BEIN, WILLIAM FROST & ASSOCIATES, (hereinafter referred to as ( "CONSULTANT "), is made with reference to the following: RECITALS A. CITY is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the Statutes of the State of California and the Charter of the City. B. CITY and CONSULTANT desire to enter into a professional services agreement for construction support services for the Pacific Coast Highway Widening project, Contract No. C -2591, upon the terms and conditions set forth herein: NOW, THEREFORE, it is mutually agreed by and between CITY and CONSULTANT as follows: SECTION 1. GENERAL The work herein proposed will be financed in whole or in part with Federal funds, and therefore all of the statutes, rules and regulations promulgated by the Federal Government and applicable to work financed in whole or in part with Federal funds will apply to such work. The required contract provisions for Federal -aid construction contracts are included in Exhibit "A" (Pages FR -1 through FR -18) attached and incorporated herein by reference. A Certification of Consultant statement (Exhibit "B ") and Title 49, Code of Federal Regulations, Part 29, Debarment and Suspension Certification (Exhibit "C ") must be signed by an authorized company representative. Iof8 • SECTION 2. SERVICES TO BE PERFORMED CONSULTANT agrees to perform all services and work as outlined herein below and more fully described in the Letter of Proposal dated August 3, 1989 attached hereto: Task I Shop Drawing Review Task II Construction Plan Interpretation & Consultation Task III Meeting Attendance Task IV Construction Observation Task V Prepare As- Builts SECTION 3. COMPENSATION TO CONSULTANT CONSULTANT shall be compensated for services performed pursuant to this Agreement in the amount and manner set forth in the Letter of Proposal dated August 3, 1989 which is attached hereto and incorporated herein by this reference. The maximum fee shall not exceed $60,000. SECTION 4. STANDARD OF CARE CONSULTANT agrees to perform all services hereunder in a manner commensurate with the community professional standards and agrees that all services shall be performed by qualified and experienced personnel who are not employed by CITY nor have any contractual relationship with CITY. SECTION 5. INDEPENDENT PARTIES CITY and CONSULTANT intend that the relation between them created by this Agreement is that of employer- independent contractor. The manner and means of conducting the work are under the control of CONSULTANT, except to the extent they are limited by statue, rule or regulation and the express terms of this Agreement. SECTION 6. HOLD HARMLESS CONSULTANT shall indemnify and hold harmless CITY, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses whatsoever, including reasonable attorneys' fees, arising from the negligent performance of services or work by CONSULTANT pursuant to this Agreement. 1 2 o 8 t • SECTION 9. PERMITS AND LICENSES CONSULTANT, at its sole expense, shall obtain and maintain during the term of this Agreement, all appropriate permits, licenses and certificates that may be required in connection with the performance of services hereunder. SECTION 10. REPORTS Each and every report, draft, work - product, map, record and other document, prepared by CONSULTANT under this Agreement shall be the property of CITY. CITY shall make no use of materials prepared by CONSULTANT pursuant to this Agreement, except for construction, maintenance and repair of the Project. Any use of such documents for other projects, and any use of uncompleted documents, shall be at the sole risk of the CITY and without liability or legal exposure of the CONSULTANT. No report, information or other data given to or prepared or assembled by CONSULTANT pursuant to this Agreement shall be made available to any individual or organization by CONSULTANT without prior approval of CITY. CONSULTANT shall, at such time and in such form as CITY may require, furnish reports concerning the status of services required under this Agreement. SECTION 11. RECORDS CONSULTANT shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by CITY that relate to the performance of services under this Agreement. CONSULTANT shall maintain adequate records on services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. CONSULTANT shall provide free access to the representatives of CITY or its designees at all proper times to such books and records, and gives CITY the right to examine and audit same, and to make transcripts therefrom as necessary, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. Such records, together with supporting documents, shall be kept separate from other documents and records and shall be maintained for a period of three (3) years after receipt of final payment. 5 o 8 0 SECTION 12. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests, or approvals from CONSULTANT to CITY shall be addressed to CITY at: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Attention: Gregory Deist, Resident Engineer (714) 644 -3311 All notices, demands, requests, or approvals from CITY to CONSULTANT shall be addressed CONSULTANT at: Robert Bein, William Frost & Associates 14725 Alton Parkway P.O. Box 19739 Irvine, CA 92718 Attention: Gary Miller (714) 472 -3505 SECTION 13. TERMINATION Either party may terminate this Agreement at any time and for any reason by giving the other party seven (7) days' prior written notice; notice shall be deemed served upon deposit in the United States Mail, postage prepaid, addressed to the other party's business office. In the event of termination due to fault of CONSULTANT, CITY shall be obligated to compensate CONSULTANT for only those authorized services which have been completed and accepted by CITY. If this Agreement is terminated for any reason other than fault of CONSULTANT, CITY agrees to compensate CONSULTANT for the actual services performed up to the effective date of the Notice of Termination, on the basis of fee schedules contained above, subject to any maximum amount to be received for any specific service. SECTION 14. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable attorneys' fees. . � S SECTION 20. WAIVER A waiver by CITY of any breach of any term, covenant, or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein whether of the same or a different character. SECTION 21. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereof. Any modification of this Agreement will be effective only by written execution signed by both CITY and CONSULTANT. IN WITNESS WHEREOF, the parties have caused this Agreement to be exe- cuted on the day and year first above written. APPROVED AS TO FORM: i Y--Attorney CITY OF NEWPORT BEACH, a Municipal Corporation BY Mayor ROBERT BEIN, WILLIAM FROST & ASSOCIATES By N L ANT ve Title LIMwt i i EXHIBIT "A" SMT10N 6. FED6iAL RMIRt3IENTS FAR FOEAL -AID CONSTRUCTiON PROJECTS 6.1.0: OENEAL. The work herein proposed will be financed In wlwle or In part rlth Fed - erel funds, and therefore all of the statutes, rules and.:rWulations prdaulysted by the Fed- eral Government and applicable to work financed In whim Or In part with Federal funds will apply to such work. Tito "Rsquired Contract Provisions, Faderel -Aid Construction Contracts." Farm PAM 1273, are Included In this Section 6. WAmwvar to said required contract p'ovlflems : rMa of . w cede ufo OSHA contracting oMlcerN, • NS)A- resident englemmmH, or Osuthorized representative of the SHA ", such rstereac" shall be construed to mean NEWIfteero as deflaed In Section 1 -t.18 Of the Standard Spec Itlatlans. 6.1.62 I'MOBIAICE OF IMMIGUS CON - TRACr. -�In additlom to the...proolsions In Section 11, "Nsdlserlmlastloa,• NW section VI 1, OSubletting or Assigning the Contract," of t'he required contract provislons. the Contractor shell comply with the following. .. The bidder shell execute the.OERrIFICA- TION WITH REGARD To THE Pf3tFgWIM OF PREVIOUS CONTRACTS CR StBCONiRACTS SUBJECT To THE eouAL _OPPORT1i11Ty,CLAUSE Am THE FILING OF.REQUIRED. REKRI .,located do the Proposal. Na request for subleKing or assigning any portion of the contract In excess of $10.000 will be considered under The provisions Of 'Section VII of the resYlred' oottract provisions unliss such requeit Is accompanied by the CERTIFICATION referred to above, executed by the proposed Subcontractor. 6-1.03 WO* COL1J)510N PROVISION. The prov(Slons In this section are applicable to a(•1 contracts except contracts for Federal Aid Secondary projects. Title 23, United States Code, Section 112, requires as a condition precedent to approval by the Federal Highway Adwin(strafof of . The contract for Mis work that each bidder file a Sue statement executed by, or rn benalf of, Revls.d 3 -21-88 the person. firm, association, or corporation 'to whom such contract Is to be awarded, cwtl- ly(ng that such person, firm, association, or corporation has not, either directly or indl- . rectly, entered Into any agreement, partlei- pated in any collusion, or othorwise.taken any action in restraint of from competitive b14- ding In connection with the submitted bid. A form to make Ma non - collusion affidavit state- mat required by Section 112 as a certification. under penalty of perjury rather than me.a sworn statement, as permitted by 25, USC, See. 1746, Is included in the proposal. FR -1 6-1.04 PARTICIPATION BT NINORITV BUSINESS ENTERPRISES IN SIECORIUCTINC. --Part 23. Title 49, Code of Federal Regulations applies to this Federal -aid project. Pertinent sae - tions of 'amid Coda w Incorporated to part or In Its entirety within other sections of these special provisions. _ fffsffffffffffff Schedule B— Intart+atloa for Oateralmimg Joint Venture Eligibility (This form need not be' tilled In Tf all joint venture firms are minority own" ) 1. Name of joint venture 2. Address of joint venture S. Phone number of joint venture 4. Identify the firms which comprise the joint venture. .(The MBE partner must complete Schedule A.) (a) Describe the .role of the MBE tires In The joint venture. (b) Describe very briefly and business 4U8Iif(eatl0ns joint venturer: the excorlence of each hon-6E I the terms and operation of our jolat _seataro S. Metlre._of fit* joint vmmturals business .- and. the Intended participation by each Joint venturer In tM ` ulMertekiny. further. the 6. Provide a copy of tiro joint venture agreement. T. ~ Is the claimed percentage of MBE oenershipt" ._ . S. ownership of joint. venture: (This need not be filled In If described In the Joint venture agreement, provided-by auestlon'6.). undersigned covenant and agree.to provide-to grant* current, complete and accurate Information regarding actual Joint venture work and tM payment therefor and any pro- posed `Menges to -any of the-­Joint -venture arrangements and to permit the *edit - and examination of the books, records and files of the Joint venture, or those of each Joint (a) Profit and loss.sharing. venturer relevant to - the Joint ' venture, by (b) Capital - contributions,, Including authorized representatives of "a grant* or pulpaant. - ) the Federal funding agency. Any material (c) Other applicable ownership inter- misrepresentation will be grounds for efts. - terminating any contract which" may be awarded • and for initiating action under Federal or 9. Control of and partlelpetlon In this contract. .Identify by name. race, sex, and Of Ire* those individuals (and "air titles) who' are responstble for day-to -day management and policy ' deetsioneeking, Including, but not limited to.' those with prime responsibility for: (a) Ftnonelsl- d*clsloas (b) Management decisions, such as: (1) Estimating (2) Marketing and sales (3) Hiring and firing of ianegemslrt.:.'� personnel . (4) Purchasing of major Items or supplies ... . (c) Supervision of flood operations Mote. —If, after filing "is Schedule 8 and before the •completion of the• joint.venturels work'on the 'contract covered :by this regule- tion, Mere Is ,any significant change in the Information submitted, thie Joint venture must .,Inform_1M_graatee, either directly or through the prime contractor if the Joint venture Is a subcontractor. .. . Affidavit -The undersigned swear that the foregoing statements are correct and Include all materiel information necessary to Identify and explain Revlsed }21-88 . State Im Concerning false statements.• FR -2 ............... ............................... Nome of Firm Marne of Firm ............... ............................... Signature Signature .............................................. .. ••ti ee Hemp ................ ............................... Title Title ............. ............................... Date .. Onto Dste . State Of County of ;On this day of before we appeared. (Name) to .ae.pertonal ly known. who, -being duly sworn, did execute tM foregoing affidavit,-and Aid stste.thet he or. she was properly authorized by (Nome of firm) to execute the affidavit and did so as his or her free act and deed.. Notary Public Commission expires tSoall Dote State of County of ?9 I ' on this _ day of 19_l to execute the affidavit and did so as his or before as aoPoarod (Name) her free act and dead. to r personally known. who, being duly sworn. • Notary Public did evev-t^ ".a' :w .rgoing affidavits er:: ::d C, mmissfon expires state Mat he or She ws properly outhorizad - (Seat 1 by (Nor of fire) A f Revised 3-21-80 FR-3 i 0 0 S=1011 6-1.03 REQUIRED .CONTRACT FROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exe:ea:ve of Appalachian Contracts) Page 1. Genera( ...........................FR -4 It. Nondiscrimination .................FR -4 111. Nonsegregated Facillties .........:FR -6 IV. Payment of Predetermined Minimum Naga ... ...........................FR -7 V. Statements and Payrolls ...........FR -11 V1. Record of Materials. Suppiles. and Labor ..........................FR -12 V11. Subletting or Assigning the Contract .................... ....... FR -12 Vill. Safety: Accident Prevention .......FR -13 IX. False Statements Concerning Highway Projects .... ......... . ............ FR -13 X. Implementation of Clean Air Act and - Federal slater Pollution Control Act ..... ..........................FR -14 1. GENERAL 1. These contract provisions shall apply to all work performed on the contract by then .Contractor's own organization and with the assistance of workers under the contractorts Immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.. 2. Except a$ otherwlse provided for In each section, the contractor shall Insert, In each subcontract all of the stipulations contained In thaw Required Contract Provisions, and further require their Inclusion In any lower tier subcontract or purchase order that may In turn be made. The Required Contract Provisions shall not be Incorporated by reference In any ease. The prima contractor shall be respon- sible for cag lianco by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Requfr*d Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the followlag clauses of the Required Contract Provisions may also be grounds for debarment as provided In 29 CFR 5.12: R.*Ased 3 -21-69 Form FRWA 1273 (Rev. 10-87) fR- Section 1, paragraph 2; . Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs I and 2a through 2g. 3. Disputes arising out of the labor standards provisions of Section IV (except paragraph 3) and Section V (except paragraph 3) of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved In accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in .29 CFR Parts S. 6, and 7. Disputes within the meaning of this Clause Include disputes between the contractor (or any of Its subcontractors) and the contracting agency. the DOL, or the contractor's employees or their representa- tives. 6. Certification of Eligibility:. By- entering Into this contract, the contractor certifies as follows: a. Net~ the contractor nor any parson or firm who has an interest In the contractorts firm Is ineligible to be awardQ Government contracts by virtue of Section. 3(a) of'. the Asvis Bacon Act or 29 CFR b. No part of this contract shall be subcontracted to any person or firm Ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -bacon Act or 29 CFR c. The penalty for making false statements Is prescribed In the U.S. Criminal Code, 18 U.S.C, tool. 11. NONDISCRIMINATION (Applicable to Federal -a Id construction contracts and related subcontracts and purchase orders exceeding SIO.000.) 1. Selection of labor: Ourlag the perfor- mance of this contract, the contractor shall not: S. dlscrlminate against labor from any Other State, possession, or territory of the U41ted States. or b_ 'ar,1C7 = -Act labor for any purpose within the.Iimits of the project unless It is tabor performed by convicts who are on Perot*, supervised release, or probation. 20 Emplayawrt Practiceot a. The Equal tagloyeent Opportunity AftlrmmeHve Action Notice-set to! In 41 CFR 60-4.2 and the Equal Emlayment Opportunity Constreetlaa Contract Speelfteattoas sat tat In 41 CAI 60-1.3 are Inmrper~ br r*f*rarce 'In Ibis contract. _ 1 b. Regulation 41 CFR 60-4.2 repetres goals and tlaatsbles for minority and hassle par ticipmtlon expressed in parentage terms for the eont'rae'lbrIs aggregate work force In each trades an all construction work In the covered area. The goals for this contract are stated *#somber* In the bidding documents and in the eonstrucflan contract. c.- 14sgulatlon 41 CFR 60-4.3 provides specific affirmative action standards the comtracloi shall leplaaant to ensure equal* aplaympnt opportualty In achieving tho, • mincrlty. and female participation goals set forth to paragraph 2b of this Section. d 3. Equal Opportunity Ctsw*$ during the Performance of this contract, the contractor agrees as follows: s. The contractor will" not discriminate against any employee or applicant for employ- ment because of race, color, rellglon,.sex, or national origin. The contractor will take oftlrmativr action 10 ensure that applicants are deployed and that employees are treated during emsJoyment without regard to th*Ir race, color, religion, sax, or national origin. Such action shall Include, but - not be Ilofted to, the following: @MJoyment, upgrading, demotion or transfer; recruitment or recruitment ad- *wTising; layoffs or termination; rot" of pay or other forms of OX""saTion; and, selection for training, Including apprenticeship. The contractor agrees to post In conspicuous places, available to employees and appl lcants Revlsed 3 -21-88 FR -3 n L for employment, notic.s to be provided by the State. highway- agency (SHA) setting forth the provisions of this nand lscrlmJnstion-ctou". . b. The contractor ' will, in all sollcirations or advertlseeenTa for employees placed by or on behalf of th* contractor, state that all quell - fled applicants will receive conslderatlon for employment without regard to race, color, religion, sax, or national origin. C. The contractor will send to each labor union or representative of workers with which the contractor has a collective bargaining agreement cc other contract or understanding a notice to be provided by the SIN edvising the said labor union or workers@ representative of the contractorts comaltments under this Section 11, oeragraph 3. d. The contractor will comply with all provisions of- Exeattiv* Order 11246, Equal Eaoloyment Opportunity, dated September 24, 1563, and of "a rules, regulations (41 CFR Pert 60), and relevant orders of the Secretory of labor. a. The contractor will turn Ian all Information and reports required by Executive Order 11246 and by rules, regVW14 ns, and orders of. the Secretary of Labor, pursuant thertlo, and will permit access to Its books, records, and accounts by the Federal Highwy Adminlstratlon OHM)' and the Secretary of Labor for purposes of. investigation to as- certain compitance with such rules, regula- tions, and orders. f. In the event of the contractor's-non- compliance with the nondiscrimination clauses of this Section 11, paragraph 3, or with any of The said rules, regulations, or orders. tots contract may be canceled, terminated, or sus- pended In whale or In part. The eontroalw may be declared lneilglble for twr!far Government contracts or tederally- asststed construction contracts In accordance with procedures autho- rised In Executive Order 11246 and such Other sanctions as may be Imposed and remedies Invoked as provided In Executive Order 11246 or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. g. The contractor will Include the Provi- sions of this Sictlon 11, paragraph 3, In every subcontrecT or purchase order so that such sn provisions 'rill 'be` bladlag upon each sub - Contractor or vendor, unless .~od by rules, regulations, or .orders of tM Secretary of Labor- Issued' pursuant to Section 204 of Exmcwtive Order ,11246: The contractor will tab . such action with respect: to any sub - contract or purchase order as the SIN or the FIIMA may direct as a means of enforcing such provisions,' including sanctions for non- Compliance. In the event a contractor becomes a party to .litigation by a subcontractor or veador as a result of such direction; the eoatractor may request the'SMA to enter Idio., such litigation to protect Tb Interest of Ilia State. is addition, the oonfreetoray request the United states te.enter into such litigation To protect the interests of the United States. 4. Selectioa of Subcontractors, Procure- me! of Materials, and teasing of Equipments a. The contractor shall not discriminate on the grounds of rem, color, . sex, or national.;. 'origin In' thi selectioa and retention of sub - contrsctors,.including Procurement of metal fats and leases of equip" rf: In a11 -Sol icltation's merle by the Contractor - each potential sub= contractor or suppller small be notifled by the contractor 'of the Cdifrectorts obligations under this contract relative to nondiscrlwl- nation on the grounds of race, color, sex, or.. national origin. ' b. In the event of . me. contractor's non- , compliance with -the nondiscrimination Provl- slons of this Section 11, paragraph 4, this contract may be subject-to sanctions Including but not limited to the withholding of payments to the Contractor under the contract until the contractor complies and /or cancellation, termi- nation, or Suspension of tM contract In whole or in part. C. The contractor shell include the provi- sions of this paragraph 4 In every subcontract, Including procurement of materlals and leases of equipment. The contractor shall take such action of" respect to any subcontractor or procurement as the SMA or the FMMA may direct as a moons of enforcing such provisions, In- cluding sanctions for noncompliance. In the event a contractor becomes Involved In, or Is threatened with, litigation by a subcontractor Revised 3-21 -88 FR-6 or supplier es a result of such;dlrection, contractor nay request the SIIA to enter Into r ` such litigation to protect tM Interest$ of tine State. In "Agtir., 'h- wa:rocror may raqurt tM united States to enter Into such litigation to protect iM interests of the United States. S. General Participation Requirements: . a. Pat Icy: It Is the policy of the DOT that disadvantaged business enterprises (DBE's), as defined In 49 CFR Part. 23, shall have equal opportunity to psiticlpste In the performance Of Contracts finenced In .hole or In part with federal funds. Consequently, the requirements at 49 CFR Part 23 apply to this contract. •b. Obligations The contractor agrees to tab all necessary steps to ensure that eligible businesses, as defined In 49 CFR Part 23, have equal opportunity to compete for and perform subcontracts flaaaeed In whole or In part with Federal funds provided under this contract. e. The contractor's failure to carry out the requirements of paragraphs Ss and..,, 3b of this ..Section 11 shall. constitute a. breach of Con- tract and may result In termination of the contract or other appropriate action. d.-The contractor sholl.provlde all Informa- tion and ram is required by 49 CFR Part 23 or directives Issued pursuant thereto, and shall . permit aeeess to Its books, rem $.-accounts. other sources of Information and Its facilities as may be determined by the SIN or the FMMA to be pertinent to ascertain caepllonce with the regulations or directives. 111. NONSEGREGATED FACILITIES (Applicable to Federal -ald construction contracts and related subcontracts exceeding $10,000.) a. By submission of this bid, the execution of this contract or subcontract, or the con- summation of this material supply agreement or purchase order, as appropriate, the bidder. Federal -old construction contractor, subcon- tractor, material supplier, or vendor, as appropriate, certifies that the firm does not melntain or provide for Its employeas any segregated facilities at any of Its establlsh- sents, and tat the firm does not permit its employees to perform their services at any . location, under its control, where seorepvtaA ft04itlem re melafalned,_ The firm agrees - thm<P breach of Mis certification Is a viola - tioa *f' the Equal opportunity Clause In "is contract. The firs further cwtltles that no eagloyee will be denied access to adequate facilities an the basis of sex. 'b. AS used In this certification, -the tars eesg'egated facilities+ means any waiting rams" wank °arses, reatrooes and was)raams,' restaurants and other sating arses, timeclocks, lodes rooms, and other storage or dressing areas, 'perking lots, drinking foumfalns, rexeetlon or entertsl moo! mrees,• trenspor- •tatfom, and Mowing facilities provided for naming which are, segregated by expllcit direcftva,`or w, In fact, segregated an the basis of race, color, religion, .or notional origin, because of habit, Imam castom, or otherwime. . e..., The contractor agrees that It haa obtained or will obtain Identical certification from . proposed .. subcontractors or material suppl)ers prior to new of subcontracts ores consummation of material supply agteements . exceeding_S10.000 and that it will retain such eve Hfiations in its tiles. IV* PII MIT OF FREOEMNIMEQ MWIMW WAGE (bpllable to Federal-old construction contracts and related subcontracts exceeding S2,WV.) 1. Generale .. . e. All mechanics and laborers employed or working moon the sift of the wont will be paid unconditionally and not less often tan once a weak and without Subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations Issued by the Secretary of labor under the Copeland Act (29 CFR Part 3)1 the full amounts of ragas and bona fide fringe benefits (or ash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than ?hose contained In the wage determination of Revised j -21-88 FR-7 the Secretary a Labor (hereinafter -the raga — determination•) which Is attached hereto and made a part hereof, regardless of any .contrac- !�.: ra::. ;CWk*4ip vhlce mev.M L!!=w0.:_ U between the contractor or, _its submnirs Mors _ . and such laborers and mechanics. -The. wage determination (Including any addltionaf Glassi- f1catlons and wage rates conformed under psrs- graph 2 of MIs Section iy and the OOL poster (W -1321) or Form FNWA -1493) shelf be posted at all times by the contractor and its subcon- tractors at the site of the work In a prominent and accessible plea where it eon be easily seen by the workers. For the purpose of-Mls Section, contributions made or costs reasonably esticlpal for boa tlde fringe banatits under Section 4(b)(2) of the .Davis -flacon Act (40 U.S.C. 27Es) on behalt of Want or mechanics era considered wages paid to such .laborers or mechanics, subject to the provisions of Section ly, paragraph 3b, hereof. Also, for the pur- pose of this Section, regular contributions made or. costs Incurred 'for owe than a weekly period (but. not less *flan than Quarterly) wander plans, funds, or programs, which cover the particular weekly period, are dammed to be constructively made or ,mauled during such weekly -Period, Such laborers mad mechanics shell,be paid sop rop; late, wage raft-and fringe baaafits an the wage determination for the classification of. work actually performed, without regard to skit 1, except as provided In paragraphs 4 and 3 of this Section Iv. b. Laborers or mechenia performiog work iq more ?ban one classlflatlou say be ctmpenseted at the rate specified for eOM clasultication for the time actually worked therein, provided, that the employer's payroll records accurately 'set forth the time spent in each classification In which work Is performed. ' c. All rulings and Interpeotat'ons of the Oevla -0eeon and Related Acts contained In 29 CFR Parts 1, 3, and 3 we herein Incorporated by reference in this contract. 2. Classifications a. The SMII contracting offIcar shell: require that any class of laborers or mechanics employed under the contract, which Is not listed In the wage determination, shell be classified In 'conformance with the reQe determination. b: The contracting officer thel! additional classification, wage rata and tringe benefits therefor only when the following criteria have been met4 (1) the work to be performed by the additional cloeslftcatlon requested Is not performed by a classification In the wage determination) . (2) the 'additional classification %Is utilized in the area by the ;e_anstructibn- industry) sect (3) the proposed wage refs. secluding any bona` fide tringo benefits, beers a reasonable -.` relationship to the wage rates contained in ta . wage determination.. e.' it the contractor :ar: subcontractors, as - -' appropriate, the laborers. and. - mechanica:.lif. _ .''.r.known) -to be am played,., In- the: additional., "v*ialasslfieation .or:..Iulr , representatives„ ".and the"eoaitraoting oftiear. agree om,ihe elesst- `ficstton and "wage rate= ftacludlng the amount designated far -iring4•.beneflts where appro :V.prlste)j-8 report 'of the action taken shall be sent by the'contrecting officer to the U.S. Department of Labor, Administrator: of the Mega and Hour .Dlvl,slon�• .Fwployment Standards Administration_ Washington, O.C. 20¢10.. The Wage and Now Administrator, or an authorized -- representative, -will. approve, modify, or, dis- epprove,every additional classification action within 30 days of receipt and so advise the contracting officer or..will notify the contracting officer within. the 30-day period that edditloml.time is necessary. - d.. In the event the contractor or subcon- tractors.. as appropriate, . the, laborers or mechanics -to_ be-.employed is the additional classification or their representatives, and The contracting Officer do not agree on the proposed classification and wage rate (Including the amount designated for fringe benatlts, where appropriate), the contracting officer shall rotor the Questions, Including the vlews of all Interested parties and the recommendation of the contracting officer, to the wage and flour Administrator for determine- tion. Sold Administrator, or an authorized 'representative; will Isar a determination within 30 days of receipt and so advise the contracting of. ul.; noTlty. the :con- tracting otticar within the 30-day' period that additional time Is necessary. - a. The wage rate (Including fringe benefits where appropriate) determined pursuent.to pare- graph 2c or 2d of this Section IV shell be paid to all workers ; "performing work,.in the addi- tional classification from.the first day on which Work, is performed In the classification. 3. Psymewt'of,Fringe ewwftts: ,, _ ..: a. lawwwver, the minimum raga Erato' proscribod W. the.. contract for a - ..class :of laborers or mo&anlcs includes a, fringe benefit .which Is not expressod as an hourly rate, the contractor or subcontractors, as aporapr'.lato, shell either pay the, benafIt as stated in the. we" deter - mlnatlon or steal) Pay. othor.40 a 4440 - fringe ,,.Iaow It or an hourly an rly cash equivalent thereof. contractor or subcontractor, as _ appropriate, 4do" act. mske� paYmsnts, to .a trustee or.otlinr them pars". -- Wshe way con- sider _as port of the ragas of;- any - laborer or mechanic the: amaalt 'of any costs reasonably anticipated in providing bona: fide fringe benefits under a plan or program, provided, that the Secretary of Labor Isis found, upon the written .request of the contractor, that. the applicable standards of the :11ovls..9acon Act have been met. " The Secretary of Labor may requlre the contractor to set amide In a seve- _ rate account assets for the meeting of obligations under the plan or program. !. - Apprentices - and t'ratnees (Programs of -the U.S. Osperfinent of Labor): .. a. Apprentices: . (1) Apprentices will be permitted to work at lass than the predetermined rate for the work they performed when they are employed pursuant to and Individually registered In a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State awonticeshlp agency R.vls.d 3- 21 --F3 FR-8 Ix • recogn l zed by the Bureau, or It a parson Is employed in hl Neer first 90 days of Probation- ary employment as an apprentice In such an . apprenticeship nrnnrao. W ':Z sot lwdi vldual ly registered In the program, but who has be" - certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency agency (where appropriate) to be eligible for Probation" employment as an apprentice. (2)• The allowable ratio of apprentices to Journeyman level employees an the job site In a" craft classification shall not be greater than the ratio permitted to the contractor as to the entire work to under the registered program. Any employee listed an a Pay - 11'.at an apprentice wage rats, who Is not registered or otherwise employed as stated s"o, shall be- paid sot Was than iha spplluKle wage rat* listed :lo the irage deeermination for tha classification of work actually pay formed. In addition, any apprentlea pa too Ming work on the Job site in *sass of the ratio Permitted under tha registered in of; - shall be paid not less then the applicable Sege rah an the wage determination for the work actually performed. MMre a am aeaetor or subcontractor is perfarm- ing construction on a project to a locsfity other than that in which Its program Is regisr- tared, tM ratlos and wage isles (e pressed In percentages of the Jow•neymea -4ove( hourly rate) specified In iha contrsetarrs'. or Subcontractor's registered-:progi shall be observed. . (3) Every apprentice must be paid at not less thaw thacrato specified In tha registered program for tit 0 apprentla!s level of progress, expressed es a p4m.co I ga of 7M Journeyman - level hourly rate.SPecitted in the applicable wage defenmiawMan. Apprentices shall be paid fringe benefits to accordance with tie provi- sions of "R eppreeti . IP Program. It the aPpresticesblp program does not specify fringe benefits, .avolentices must be paid the full amount of fringe benefits listed on tee wage determination for the applicable classifice- tlon. It the Administrator for "a Naga and Hour Division determines that a different practice Prevails for the applicable apprentice classification, fringes shall be paid In accordance with thet.dwtormination. Racked 3 -21-88 FR-9 (s) In the event the Bureau of Apprantica ship and Training. or a- -State - apprenticeship agency recognized by the Bureau,. withdraws op_ —.--: a: an apprenticeship .program, the contractor or subeontraetor.wil`I no longer be , permitted to edit:• apprentices at less then the applicable predetermined raft for the comparable work performed by regular. employees until an acceptable program Is approved. b. Trolmaess (1) Except as provided In 29 -(:FR 3.16, trainees will not be permitted to work at Jess then the predetermined rate for the mark W_ fag unless they are employed pursuant to and Individually registered In a Program which has received prior approval, avid- ,I by formal certification by the U.S. Deportment of labor. Employment and Training Administration. (2) The ratio of trainees to journeyman- level employees an "a Job site shall not be greater than permitted ocher the plan approved e by the Employmref and Training Administration. May employee listed an "a p)yro11 at a thence rate who Is not registered and participating In a training plan approved by "a Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actual leg poo fat asd. - In addition, smy: thin« performing work on the Job site In excess of the ratio permitted under the registered program snail be paid not less then, the-apps l- cable wage rata on the we" determination for the work actually performed. (3) Every trainee must be paid at act less than "a rata specified in the approved program for his/her level of progress, expressed es .e prreerttage of the journeyman -level hourly rata specified In the applicable raga determination. Trelness shall be paid fringe :benefits In accordance with the provisions of the train** program. If the ttaln** program does not mention frtngo benefits, trainees shall be Paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the raga an4 )bur Division determines that there Is an apprenticeship program associated with the corresponding Journeyman -level wage rate on the rage determination which provides V �M determination which provides for loss..ttan tuIi... fringe benefits for apprentices, to which. case.... such tralnmes' shol1.. ree�ive etch, same fringe (4) In The event the 'Employment and Training Administration withdraws approval of a training program, the contractor or suboonfraetor will no longer be permitted to utilize "tnlness at less than the appllcobie predetermined rate for the work performed until an acceptable program Is approved. C. Equal faploymaat Oporhuaityt The utilisation of apprentices;. tralnees, and journeyo" -level employees fsMtl be In conformity wt" the equal employment _ vwo tunity- requirements of Executive Order 11246, 23 CFR 230h, and 29 CFR Port 30. S. Apprentices sad Trainees (Programs of the U.S. Deperfineat of Traaaportatlom)s Apprentices end' tralmees . working under apprenticeship and ' skill :trolmtag programs which tows been certified by slim Secretary of- Transportation as pramotimg ownt owl"aami ' oportgnity in connection with Federal -mid highway construction programs are not subject to the requirements of paragraph 4. of this Section IV. The straight 'time h6urly wage rates for apprentices and trainee under such programs will be established by the particular` programs. The ratio of apprentices and trainee to Journeymen shell not be greater then permitted by the terms Of the particular.. program. 6. ltlthhol4ing: The SHA skalI upon Its own action or upon written request of'an authorized representative of the 00L withhold, or cause to be withhold, from the contractor Or subcontractor under this contract Or any other Federal contract with the same prime contractor; or any othher federally- assisted contract subject to Oavis -Beeson pre - valling raga requirements which Is hold by tho same prime contractor, as much of tho accrued Payments or advances as may be considered necessary to pay laborers and mechanics, R.vlscd 3 -21-98 Including apprentices,. tralnees,__ and .:helpers, employed by iM contractor or..any subcontractor tho full amount ot.wagos required by "a. con :: ".. in the event of failure to pay: way - laborer or, mechanic ,_Including_enYeDDr!ntici, _ trainee, or helper, employed or working on the site of tho work, all or. part.•of the wages - required by tho contract, thi SM contracting offloer my. after written.00tlee to the con- tractor. ..take such act ton as may: be necessary _ to cow" tho suspension of any further payment. advance. 'or guarantee of funds until Such violations have cased. 7. Overtime Reyulrementss th Contra~ or subcontractor oontractlhg for Any part of tho contract work which may require or Involve thn employment of liborers, mechanics, watchmen ear. guards (Including appreaticoa 'and trainee describid In para- graphs 4 and S above) shall re4utre or permit any laborer, 'mechanic, watdssnn, or guard In any workwe ek "In which he /she `ts employed an such work;' 'to work In excess of 40 tours In. -such workwek, unto" such laborer; mechanic, . watchman, or guard receives "compensation at a rate not 'Jess - -then one- and - one -halt - times hls/hor baslc'ratr of .pay for all hours worked In ec"s'of 40' hours in such workweek. 0. ylolatloms - Liability -for - Unpaid Magri; Llquifated .Om ages: -In the event of my violation of the cfwse sat 'forth In 'paragraph .7 above, the contractor and any subcontractor- responsible therefor 'shall be llable -to -tho affected employee for hlslbw unpaid wages. in addition, such contractor.' and -.subcontractor 00 1 be liable to the United .State -(in "*.case of work done under contract.sfor Me. District of Columble 'or'■ territory. to such District or to such territory) for liquidated damage. Such liquidated damage shell be eamputed with respect to each Individual :laborer. mechanic, watchman, or guard employed In violation Of the clause set forth .in paragraph 7, In the sum of $10 for each calendar day on which such employ" was required or permitted to work In excess of the standard workw "k of 40 hours FR-10 0 without payment of the overtime wages required by the clause sat forth In paragraph 7. °.' ifithholdina -for UeN!R' t&2" and. Llgaldated Demegest . The SMA shall upon Its own action or upon written request of any &~tz-d representa- tive of the 00L wl"hold, or cause to be withheld, from any monles payable an account of work performed by the. contractor or subcon- tractor under cry such contract or any other federal acmes eel with .the spa prime -eom- traetor,, or. any other federally- esilsted contract subject to the Contract woi* Hours ohd Safety Standards Act, which Is Mld.by the some prim contractor, such sum as may be dater- stand to be necessary to satlsty any Ileblll- ties of such contractor or subcontractor for unpaid wages and liquidated damages as provided In the clause set far" to paragraph a above. V, STAT61EMM AND PAIIROLLS (Appllceale to .Fodaral -eld construction contracts and related subcontracts sxceWiag' 52,000.) 1. Compliance with Copeland 111egul61`10ns (29 (FR Part 3): The contractar shot) :Comply with the Copeland Regulatlons of the Secretary of Labor which are herein IncorporetW'by reference. 2. Payrol is and Payrel l -RA=ds; 'a. Payrolls and. basic records relating tMrafc shall to maintained by "a oontrector and each subcontractor dnrlag the course of the work and preserved for a porlod of 3 years from the data of complatlon of the contract for all laborers, mechanics, apprentices, frame", watchmen, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee, his or her correct classification, hourly rags of wages paid (including rates of contributions or costs Revl sod 3-21 -88 • anticipated for bona fide fringe benefits or cash equivalents thereof of the types described In Section l(b)(2)(8) at the Devis -Bacon Act), daily and weekly nnimber of hours worked, delo,r- tlons "de and actual .apes paid.. whenever the Secretary of labor, pursuant to Section IV, paragraph 3b, has found "at the ropes ot,hey laborer or mechanic Include the amount of any costs reasonably anticipated In providing benefits under a plan or program described In Section i(b)(2)(9) of the Devla -Bacon Act, "a contractor and each subcontractor shall main- twin records which show that the commitment to provide such benefits is salts big, that the - plan or program is financially responsible, and that the plan or program has been comenaklceted In writing to the laborers or mechanics affect- ed, and records whits shor "a costs aatlel -- paced or the actual costs incurred In providing -such benefits. Contractors or sub - aontraCtors employing apprentices or trainees under approved program Shall maintain - written evidence Of the registration Of appreaticroship program and certification of "Ins* programs, the registration of am a lees and trainees, and the ratios and wage rates prescribed io the applicable program. c. Fats contractor and subcontractor shall furntsh each week In which any contract work Is porfaraled to the SHA resident englaeer a psy- roll of wag" pale each of its employees (Including apprentices and train*" described In Section IV, paragraphs 4 and Sand we chow and guards engaged an work during the precWing weekly payroll period). line payrolls submitted shall set out accurately and completely all of the Information required to be mlatalned under paragraph 2b of this Section V. This Infonms- tlon may be submitted in any two desired. Optional Form WH -347 Is available for this purpose and .wry be purchased from the Superintendent of Documents (Federal stock number 029- OO5-0Dlh1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor Is responsible for the submission of cooles of payrolls by all subcontractors. d. Each payroll subml"od shall be eecoa penlod by a "Statement of Comollance,- signed by its contractor or subcontractor or his /her agent who pays or supervises th• payment of the FR -1 1 Ax 0. persons. cep toyed under the contract and shall certify the following: (i) that the payroll for the payroll period auntalns the- (nfarmstlon required to be main - �tained.under paragraph 2b of this Section y and that such -tnforaetioll Is correct and complete; . (2) "het -such laborer or mechanic (including each helper, apprentice, and tralnee) employed on the contract. darling the payroll period has Wen paid the full weekly sages earned, without rebate, either directly or Indirectly, and that no deductions hove been made either directly or indirectly from_ the full wages earn", other than peg Isstble deductions as saf._fcrth to the Regulations, 29.CFR part 3: . (3) that each laborer or meeMnlc has bean paid not less then the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified In the. applicable wage determination Incorporated into the contract. a. The weekly. submisston of a property exe- cuted ,certification, set forth an the reverse side of.Opttonal Farm MH-347 shalt satisfy the requireeNnt far submission of the astateawlt ok Copliana" required by Veregreph 2d of tflts Section V. f.. The falsification of any of the above certifications may subject Ma contractor to civil or. criminal 'Prosecution under Section 1001 of Title 18 and Section 231�of Title 31 of the Untted States Code. g.. The Ox.m. chor or subcontractor shall make the records required under paragraph 2b of this Section v available for Inspection, copy- ing, or transcription' by authorized represente- ttves of the SHA,' the FNMA, or the DOL, and shall permit such representatives to latervlev employees during working hours on the Job, If. the contractor or subcontractor falls to submit Me required records or to make them available, the SHA, the FHMA, DOL, or all may, , after.. written notice to the contractor, sponsor, applicant, or owner, take such actions as !my be necessary to cause the suspension of;..any further payment, advance, 'or guarantee of funds. Furthermore, failure to submit the required records upon request or to make Such records available may be grounds for debarment action pursuant to 29 (FR 5.12. Revised 3 -21-88 sss.sssssssssssss VI. PEMW OF 1NTERIALS. SUPPLIES, AND (AOM 1. On all Federal -aid primary, urban, and Interstate System contracts, elacept those Mich provide solely for the Installation of protec- tive devices at railroad grade crossings, those which are constructed an a force account or direct labor basis, blowsy *beautification contracts, and contracts for which the total final construction cost for roadway and bridge Is less than S 1,000.000 923 CFR Part 635) the contractor shalt: a. Became familiar with the list of specific materials and supplies contained in Form FHWA -17, "Statement of Mfrarlals and Labor Used by Contractor of Highway Construction Involving .: Federal Funds," prior to the. commencement of work under this contract. b. Malntatn a record of the total cost of all materials and supplies purchased for and Incorporated in the work, and also of the quantlttes of. those specific materials and supplies fisted an Form FNMA -47, and In the units shown on Fora FHMA -47: c;. Furntsh, upon the completion of the contract, to the S14A resident engineer on Form FHWA -47 together with the data required in paragraph lb reilative to materials and sup- plies, a final labor summary of all oontract work indicating the total hours worked and the total amount earned. FR -12 2. At the prima contractor es option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. yll. SUBt.MING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with Its own organization contract work eaovnting to not less than 30 percent (or a greater percentage If specified elsewhere In the contract) of the total original contract price, excluding my specialty Items designated by the State. Speclalty Items may be performed by subcontract and the mount of my such specialty Items so a n performed may be deducted froa the total original contract price before computing the amount of vork reculred to be performed by the contractor's own organization (23 CFR Par' 633).. a. wits own organization" shall be construed to Include only workers employed and paid drrectly by.tha prime contractor and equipment owned or rented by the prime contractor., with or without operators. Such farm doef not in- clude .employees or. eqwlpmell of a subcon- trector, assignee. or .agent of the prime contractor. b. wSpeclelty Items■ shell be construed to be Ilmited to wank that led free highly specialised knowledge, abilities, Aw equipment not crdlneri IV avei lable, In. tt a typo of con- tracting organizations quallfled and expected To bid on 'trim contract as a whole and In general we to be limited to minor components of the overall contract. 2. The contract..anpwat upon which the requireaint sat forth ja.peregraph 1 of this Section yll is computed Includes, .the cost of. ontarlais and manufactured products which w to be purchased or, produced by the contractor under the contract provisions. _ 3. The - contractor, shall furnish (a) a coopatent Superintendent; or suoervlfor who is employed by the ftro. has ..full authority to direct performance of the 'work In a cordanea with the contract requlramen! , and is in charge of all construction operations (regard- less of who Wforma "a work) and (b) such other of Its own organizational resources (supervision, management, and engineering servids) as "a SI4A contracting officer dater- mines is necessary to were the performance at the contract. t. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized represoata- tive, and such consent when given shall not be construed to relieve the contractor of any R.v11.d 5-ZT-88 FR -13 responsibility for the fulfillment of th,j contract, written consent will be given only — -- attar the SHA has assured that each subcontract i. 374..erX.44 la 'wriTlnd and the+ 1+ '( •�1 -_ all pertinent provisions and requirements. of the prime contract.'' III It. SAFM: OCCIDENT PREVOITION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, hee)th, and sanitation (23 CA( Part 633). The contractor shall provide all safe- guards, safety devices and protective equipment and take any other needed actions as it d~- min", or as the SHA contracting officer may determine, to be raasonably necessary to pro - tect "a life and health of employees an the Job and the saf sty of the pubtic amd to protect property In connection with the performance of the work covered by the contract. Z. It Is a condition of this contract, and shall be made a condition of each Subcontract entered into pursuant to this contract, the? Ma contractor and any Subcontractor shall. not requlre any laborer or mechanic employed to perfo mane of the 'owtrecf to work In Sur roundlogs or under oondltlons which are un- sanitary, hazardous, or dangerous to his/her health or safety, as determined under construc- tion safety. and health standards (Title. 29. Code 'of .fedwe"I Regulations. Part 1926: (formerly Part 1318) as may be revisedi promal- gated by the Secretary of Labor, in accordance with Section 107 of the Contract work tours and Safety Standards Act (83 Stat. 96). IX. FALSE STAT04EM CONCERNING HIO) Y PROJECTS In order to assure high quality and durable construction In conformity with approved plans and specifications and a high degree of relia- billty on statwaelts and representations made by engineers. contractors. suppliers. and workers on federal -•aid highway projects. It Is essential that alt persons concerned with the 'project. prfore'tMir...fvncttons. es careful ly, thoroughly, and honestly as possible: willful falsification, distortion, or misrepresentation with respect to env feet.. ^c:etad T. Z,o $w jectAs a violation of Federal bar. To'prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice Shall be posted on each Federalrold highway project (23 CFR Part 635) In one or aura. places where It Is readily evellable to all persons concerned with the project: .. NOTICE To ALL PERSOIefpl EGA6iD ON FEDERAL-MO N16NN1Y PNOJECTS Title Ia. United . States Code, Section 1020, reads as follows: !Whoevr, being an offlear, agent.. or employes of the United States, or of any State or Territory, or whoever.. whether a person. association, .firm, or corporation, . knowingly, makes any false_ statement, false represewrta -e' tion, or false report as to tM character. quality.. quantity, or cost of the mater:tel used or to be used,, or the quantity or quality of .tine work' performed or to be performed, 'or the.: costs thereof In connection with the submission of plans. maps, specifications. contractp, or . costs of construction on any highway or related project ,submitted for eaprovel to the Secretary of Transportation: or .: "Whoever knowingly makes any falso state- ment, false representation, false report 'or false claim with respect to the character, quality, quantity, or cost of any work pr- formed or to be perform d, or materials fur- nished or to be furnished, In connection with the construction of _any highway or related project approved by the Secretary of Transportation; or -Whoever knowingly makes any false statement or false representation as to material fact In any statement, certificate, or report submitted pursuant to provis Icns of the Federal -Ald Roads Act approved July 1, 1916, (39 Stat. 355), as emended and wppl�ted; -Shall be fined not wore than $10,000 or Iworlsoned not more than 5 years, or both.- Revised 3 -71-88 FR -14 SfSf Sfff'ffS'Sf'433 A. imPLEtI(TATIfw K ,..E.. A(.^.:.':: 1'...v FEDERAL WATER POLLUTION CONTROL ACT (Applicable- Federat-aid construction contracts and related subcontracts Oxceeding $100.000.) By submission of this bid, `or: the execution of this contract or' subcontract, as oppro- prtate, the bidder, Fiderel -aid' construction contractor, or. subcontractor, as approprlate, wlII be'doemod to hew stipulated as follows: 1. That any facility that is or will be utt IIzed to the performance Of 7nis 'Contract, unless such contract Is'•.exaapt under the Clean Air Act, as amended (42 U.SX. 1857 at seq., as amended by Pub. L. 91- 604),- and -under the Federal Water Pollution Control- Act; as amended (33 U.S.C. 1251, et seq., as amended by Pub. L. 92 -500), Executive Ordr 11738. and regulations In .. Implamaritation thireof (40 CFR Part 15) Is not listed,' an Me data of .contract award, on the U.S.'- Environmental Protection Agency (EPA) List of Violating Facitltles pursuant to 40 CFR 15.20. 2. That the - -firm In wxmlpI lance with Section 114. of. -the 308 of the . Federal and all : reguiatlo thereunder. . agrees, to .cow iy and remain a I I IhY - requ i rdments of Clean Air Act and Section Water:. Pot but ion Control *-Act is and guidelines listed 3. That the firm -shall promptly .notify the SIIA of the receipt of any,. communication from the Director. Offioe of Federal Activities, EPA, Indicating that, a fact )lty that. Is or wlII be utilized for the contract Is under oonsid- eratlon to be listed on' -?h_ -EPA List of Violating FacllJtles. 4. That the firm agrees to Includa or muse to be Included- the requirements of paragraphs 1 through 4 of this Sectlon % In every nonexempt Subcontract, and further agrees to take such action as the government may direct as a mans of enforcing such requirements. I - 0 6-1.06 FeXRAL -AID F@IALE AM MINMITY GOA" M accordance with Section It, ton -SMSA Counties ................. 23.2 •tbndl str imiae *tq•,• •; ..p;. au. of ^lketJulrM ,^,,• Lake; k;A Iyn4Qc;Ap; Contract Provisions Federal -eld Construction ' CA San Benito. Contracts- the following are the goals for femsie'utiIIzation: 177 Sacramento, CA: Coal for women _ (applies nationwide) ....... (percent) 6.9 The following are goals for minority utilization: CALIFORNIA WDNOMIC AREA;._ t 6oel (Percent) 174 Redding. CA: Man -SNSA Counties ...:............ 6.6 CA Lassen; CA `Modoc; CA Plums; CA Shasta; CA Slsklyou; CA Tebome. t73 Eureka. CA- +bee -Slim Counties ................ CA Del torte; CA humboldt; CA Trinity. 176 San Franciseo-0akla o -San Jose,-CA: SMSA Cantles: 7120 Salinas-Seaside- .MantereV. CA ................ CA Monterey. 7360 San Frane(seb- Oakland. C1. CA Alameda; CA Contra Costa; CA Mann; CA San Frenclsco; CA San Mateo. 7400 San Jose. CA .............. CA Santa Clara. 7483 Santa Cruz, CA............ CA Santa Cruz - 75M Santa (lose. CA............ CA Sonoma. 8720 Vallejo-Fairfield- Napa. CA .................... CA Napa; CA Solaro Revised 1 -21-88 6.6 28.9 23.6 19.6 SMSA Counties: 6920 Sacramento, CA ..... o..... CA Placer; CA Ucrawnto; CA Yolo. NW -514SA Couoties.:.........o..... CA au"o; C1 Coluaa; CA El Dorado; CA Otzne; CA Newsda; CA Sierra) CA SU~. CA Yuba. 178 Stockton- Modesto. G: SIISA COURtlea: 3170 Modesto, CA............... CA Stealslaks. 6120 Stockton, CA ............. CA Sea Jo"uln. NOR-SMSA Counties ................. CA Alpine; CA Amedor; CA Calaveras. CA V*Plposa; C1 Marred; CA Tool umna. 179 Fresno-ilakersfield, CA: SMSA Counties: 0680 8akerafle1d. CA.......... CA Kern. 2640 Fresno, CA. ....... cu..... CA Fresno. Nan -SMSA Counties ................. CA Kings; CA Madera; CA Tulare. 160 Los Angeles. CA: 14.9 SMSA Counties: 0360 McMlm -Santa Ma- Garden 9.1 Grow, CA ...... ......- ,oa<.... CA Orange. 4480 Los Angeles -Lang 17.1 Basch, CA. .......... W....... CA Los Angeles. 6000 Oxnard -Sial Valiey- Venture. CA ......... �,...... CA Ventura. FR -15 16.1 14.3 12.3 24.3 19.8 19: 1 26.1 23.6 11.9 28.3 21.3 6780 Riverside -San Bernardino- . Ontario, CA ................. 19.0 CA Riverside; r. c:.: Owenerdiao. 7450 Santa Barbara -Santa Maria- . Lompoc. CA .................. 19.7 CA Santa Barbara. Non -SMSA Counties................. 24.6 CA Inyo; CA Mono; CA San Luis Obispo. let San Oiego, CA: SMSA Counties, y 7320 San Diego. CA............ 16.9 CA San Diego. t Non -SMSA Counties ................. 18.2 CA Imperial. Rnvlsed 3-21-88 FR -16 In addition to the reporting requirements set forth elsewhere In this contract the. :oniractor ' and subcontractors ''holding Subcontracts, not including material suppliers, of $10,000 or wore, shall submit for. every month of July during which work Is performed, employment data as contained,und*r form PR -1391 (Appendix C to 23 CFR, Part 230), and in accordance with the Instructions included thereon. r • 6 -z6-7e SEC:IDN -6-2. MERAL REQDIRMIM7T TMAL9I2FC- SPECIAL PROVISIDN 6 -2.01 As part of the Contractor'■ equal saployment opportunity affir- native action program, training shall be provided as follows: - The Contractor shall provide on- the -job training to develop full journeymen in the types of trades or job classification involved. - The goal for the cumber of trainees or apprentices to be trained - under the requirements of this special provision will be 7 In the event the Contractor subcontractts a portion of t'ne contract work, he shall deter=dne how many, if any, of the trainees or appren- tices are to be trained by the subcontractor, provided however, that the Contractor shall .retain the pri=.ary responsibility for meeting the trainLnq requirements imposed by this special provision. She Contractor shall alit insure that this Training Special Provision is made applicable to such subcontract. Where feasible, 25 percent of : trainees or apprentices in each oc=ipation shall be in their first year of appren t-icaship or training. The nn—ber of trainees or apprentices shall be distributed among the work classifications on the basis of the Contractor's maeds and the availability of Journeyman in the various classifications within a reasonable area of recrii- snt. Prior to ccs encinq work, the Contractor shall submit to the Department for approval the nu=ber of •. trainees or apprentices to be trained in each selected classification . and training program to be used. Furthermore, the Contractor shall eveci_fy the starting time for training in each of the classifications. The Contractor will be credited for each trainee or apprentice e=ployed by hit on the contract work who is currently enrolled or becomes enrolled in an approved program and will be reimbursed for such trainees or apprentices as provided hereinafter. - Training and upgrading of minorities and women toward journeymen status is a pri =-y objective of this :raining Special Provision. - Accordingly, the* Contractor shall make every effort to enroll minority and women trainees or apprentices (e.g., by conducting systematic and direct recruitxnt through public and private sources likely to yield ainor'_ty and women trainees or aporentir_s) to the extant such persons" ' are available within a reasonable area of recuit,nt. :'he Contractor will be responsible for demonstrating the steps that he has taken in pursuance thereof, prior to a determination as to whether the Con- t actor is in c=mpliance with this T:aining Special Provision. This. training eom=it=ent is not intended, and shall not be used, to dis- cr'_3inate against any applicant for traininq, whether a member of a minority group or not. No e=lovee shall be esployed as a trainee or apprentice in any classification in which he has successfully coaplated a training course leading to journeyman status or in which he has been emloyed as a journeyman. The Contractor should satisfy this requizeaent by - including appropriate questions in the employee application or by other suitable plans. Regardleas of the method used the Contractor's records should doc- uaent the findings in each case.. The mini.•sum length and type of training for eech Classification will be as established in the training program selected by the Contractor and approved by both the Department and the Federal Highway Administra- tion- :^.ie Depa:.>ent and the Federal Highway Ads.imistration will approve a progra= if it is reasonably calculated to meat the equal a loynent opportunity obligations of the Contractor and to qualify t:1e average trainee or apprentice for journeyman status in the e_aaai_`Seation concerned by the and of the ` aiming period. Fur:her- nore, apprenticeship progra=s registered with t.`-: Q.S. Depart nt of Labor, Bureau of Apprenticeship and Training, or with the StJte of California, Department of Industrial Ralationa, Division of Appren- ticeship Standards recognized by the Bureau and t=ai.nim g programs GP- i-7 0 6-z6 -78 approved but not necessarily sponsored by th.i O.S. Department of Labor, Manpower Administration, Bureau of Ap��ranticeship and Train- ing shall also be considered acceptable prov;.dad it is being -- . administered in a manner consistent with the equal employment obit- - gations of Federal -aid highway construction contracts. Approval or acceptance of a training program shall bo obtained from the State prior to commencing work on the classification covered by the pro- gram. It is the intention of these provisions that training is to " be provided in the construction crafts rather than clerk - typists or secretarial -type positions. Training is permissible in lower level - management posit-tons such as office engineers, estimators, time- keepers, etc., where the training is oriented toward construct-'on applications. Traia£nq in the laborer elassifica`_:on may be permitted provided that significant and meaningful training is provided and approved by the,division offles, Some offsite tra£a- ing is permissible as long as the training is an integral par: of an approved train:ag progran'.and does not cos.prise a significant - - pa=t of the overall training. " Except as otherwise noted below, the Cantrae ar will be reimbursed 80 cents per hour of training given an ee.Plpyee on this contract in accordance with an approved training prograa., As approved by the _ Engineer, reimbursement will be made for training of persons in , "- excess of the number specified herein. This reimbursement will be.� made even though the Contractor receives additional training pro= _ gran funds from order sources, provided such other source does not _ specifically prohibit the Contractor free receiving other reimburse - sent. Ret-1,prsemant for offsits training indicated above may only be made to the Cont. - .actor where he does one or more of the following and the trainees or apprentices are cone- .r =nitly employed on a - Federal -aid project; eontributas to -the cost of the training, pro- vides the instruction to the trainee or apprentice or pays the trainee's or apprentice's wages during the of..fzite training period. No payment shall be wade to the Cunt =aCmR if either the failure to provide the required training, or the fa£:.ure to hire the trainee or apprentice as a journeymen, is caused by the Contractor and evidences a lack of good faith on the par-, of the Cont =ae-or in meeting the requirements of this Training Special Provision. It is normally axpee -ad that a t =aines or apprentice will begin his training on the project as soon u feasible niter start of work utilising the skill involved and remain on t"e project as long as training opporrunities exist in his work cla.,sification or until he has e=mpleted his training program. It is not required that all trainees or apprentices be on board for the antire length of - the contract. A Contractor will have falf.11.ed his responsibilities under t-%-4s T=aininq Special Provision it he has provided acceptable training to the number of trainees or appron +:ices specified. The number trained &hall be determined on the ba:iia of the total number enrolled on the cont=act for a significant period. only trainees or apprentices registered la a program approved by _ the State of California's State Admin£atrstoxr of Apprenticeship any be employed on the project and said trainees or apprentices shall be paid the standard wage specified under the r•.qulations of the craft or Lade at vhich they are employed_ Th' Contractor shall furnish the trainee )r apprentice a copy of the program he will follow in providing the ?raining. The Cone actor shall provide each trainee or apprentice wit:ti a cer- ..:fication showing the type and length of training satisfact.crily coat leted. The Contractor will provide for the aaintrnance of records and furnish periodic reports doc, . nting his par'ormance under this ,ininq Special Provision. _ r i 0 EXHIBIT "B" CERTIFICATION OF CONSULTANT I HEREBY CERTIFY that I am the Senior Vice President and duly authorized representative of the firm of Robert Bein, William Frost & Assoc., whose address is P.O. Box 19739, 14725 Alton Pkwy, Irvine,CA , and that neither I nor the above firm I here represent has: (a) employed or retained 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 express or implied condition for obtaining this contract, to employ or retain the services 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 here expressly stated (if any): 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 criminal and civil. August 17, 1989 Date late Signature 0 0 EXHIBIT "C" TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION The prime Consultant, under penalty of perjury, certifies that, except as noted below, he /she or any person associated therewith in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining Consultant responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall constitute signature of this Certification. •r� USAMNIMM4 Signature of Consultant/ ROBERT BEIN, WILLIAM FROST & ASSOCIATES • EXHIBIT "D" • `I,ober` Weill,`William `Fibst 6,c,9ssociates PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS August 11, 1989 Mr. Don Simpson Department of Public Works City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 JN 25872 SUBJECT: Proposal for Additional Engineering Construction Support - Pacific Coast Highway Widening (PCH - SRI) City of Newport Beach Contract No. C -2591 Dear Don: As a result of your letter dated May 9, 1989 requesting construction support services and our subsequent conversation, we are pleased to present this addendum to our contract for these additional services to widen Pacific Coast Highway (Newport Boulevard to Orange Street). This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement dated October 23, 1986. The specific tasks associated with these additional services include: TASK I - SHOP DRAWING REVIEW Review plans, specifications, soils reports, and other available information relating to the construction of Pacific Coast Highway. This task includes the review of Shop Drawings submitted by the City's Contractor for conformance with the improvement plans and specifications. We anticipate the Shop Drawing review will include 1) Reinforcing Bars, 2) Concrete Mix Design, and 3) Translucent Panels (Lexcan). Actual work to complete "Shop Drawing Review" shall be on a time and materials basis. TASK II - CONSTRUCTION PLAN INTERPRETATION /CONSULTATION Consultant shall provide services during the construction phase of the project to interpret plans and recommend plan revisions based upon actual field conditions encountered during construction as field conditions require. Review and assist in evaluating change order request. This task includes services to provide survey services as requested by the City to assist the Contractors surveyor in the initial layout for horizontal and vertical controls. Actual work required to perform these services shall be on a time and materials basis. WA wig w VE. SE PpVS� C E P.O. BOX 19739 - 14725 ALTON PARKWAY, IRVINE, CALIFORNIA 92718 - (714) 472 -3505 -FAX (714) 472 -8373 OFFICES IN NEWPORT BEACH - PALM DESERT - RANCHO CALIFORNIA - SAN DIEGO Mr. bon Simpson . • August 11, 1989 Page 2 TASK III - MEETING ATTENDANCE /BIDDING CONSULTATION Attend preconstruction and regularly scheduled constructing meetings as divided by the City and as necessary for the construction of Pacific Coast Highway. For budgetary purposes, a maximum of 130 manbours has been allocated for this project. Actual work to attend meetings will be on a time and materials basis. TASK IV - CONSTRUCTION OBSERVATION (MONITORING) Provide field observation during construction of the Project in order to provide consistency with the plans and specifications and anticipate conditions that could impact progress. Documentation of field observations will be provided for City review on a monthly basis. For estimating purposed, it is anticipated that a minimum of one (1) field visit to the site per week will be necessary in order to enable proper review of project progress. Actual work to provide field observation services will be on a time and materials basis. TASK V - PREPARE "AS- BUILTS" Subsequent to completion of construction, review "Record Drawing" plan mark -ups to be provided to the City Construction Manager by the City's Contractor. Consultant shall: 1) Verify, to the best of his ability, the changes from original design, 2) Draft the "Record Drawing changes per the mark -ups provided, and 3) Certify, to the best of his ability, that the contractors work as being in substantial compliance with the intent of the construction documents based upon obtaining written reports for all inspection provided by others and based upon written reports for all inspection provided by others and based upon written notification by the Project Surveyor. For the purpose of this proposal a budget estimate for this task is provided. Actual work to complete "Record Drawings" shall be on a time and material basis. EXCLUSIONS Any work relating to the following is specifically excluded from the engineering services proposed herein and, if required, must be contracted for under separate contract or as an addendum to this contract. o Construction Inspection o Construction Quantity Calculations o Construction Survey /Certification o Monumentation JN 25872 O ° 0 00 O ° M N ° W V1 O O °I 000 t--I r4 ° ° ° O N O �°o O O goo O O O°I OII 7 N Lni M M M O W) 00 00 O_JI O O l� i/1 N 7 N [^ C7 i. 7 O 0°0 v°j i-r O O O kn kn O O N O O N It � .N-i On WO N b H tn 6fT O O O O O O N O O OII N Lni O O O O .--+ O O O� l� i/1 N 7 N [^ C7 i. 7 O 0°0 v°j p O O O W O 000 r- N W P]• y tn 6fT n W N z ti i' OD C7 i. O 0°0 v°j p O O O O O 000 r- N P]• y F yyy 6/ W .. cc K O y w p cm vi o vj 00 m x f5 LJ cz t W ° o C U F W Uc b W to o^o Cd F ti ❑ b" � � � O (� C~O y V V 46 U OO c V 0 o O a N E p n W N z ti Mr. Don Simpson August 11, 1989 Page 4 Consultant shall complete the work outlined herein and invoice the City monthly at the hourly rates shown on and in accordance with the Fee Summary, plus the direct costs of reproduction and blueprinting. We are pleased to be of continuing service to the City of Newport Beach. If you have any questions regarding this proposal, please contact me. Please indicate your approval of this contract by signing as indicated below and returning one copy, or by issuing written acceptance in a form consistent with your procedures. Sincerely, ROBERT VEIN, WILLIAM FROST & ASSOCIATES Gary L. Oiller, P.E. Vice Pv6sident Pub ' Pubfi6 Works Engineering it Engineering Department 111/2 pc: Accounting (2) Doug Frost, RBF Jim McDonald, RBF TOTAL PROFESSIONAL FEES REQUESTED $ 58,486 plus Direct Costs of Reproduction JN 25872 TO: CITY COUNCIL FROM: Public Works Department 0 00 August 14, 1989 CITY COUNCIL AGENDA BY TN' i,ITY COUNCIi.ITEM NO. F -3(f) CITY ')F ;i2WPO3T 3EACI! C _ 175 %l (16 ) AUG 14 1989 _ . APPitMI) -___. SUBJECT: AGREEMENT WITH ROBERT BEIN, WILLIAM FROST & ASSOCIATES (RBF) FOR CONSTRUCTION SUPPORT SERVICES FOR THE PACIFIC COAST HIGHWAY WIDENING PROJECT - CONTRACT NO. 2591 RECOMMENDATIONS: Approve agreement and authorize the Mayor and City Clerk to execute the agreement. DISCUSSION: Under an agreement with Caltrans the City will be administering the construction contract for the widening of Pacific Coast Highway between Newport Boulevard and Highland Street. Robert Bein, William Frost & Associates (RBF) were retained to prepare the plans and contract documents. Their design proposal included services during construction, but the agreement deleted the • fee for these services. This agreement for construction services will include the following: 1. Shop drawing review. 2. Construction plan interpretation and consultation. 3. Meeting attendance. 4. Construction observations. 5. Preparation of as -built drawings. Also included in RBF's scope of work are the services of the other project consultants for soils, traffic and landscape architecture. RBF's services would be compensated for on an hourly basis with the total fee not to exceed $60,000. This fee, as well as other contract administration costs, would be shared by Caltrans, Hoag Hospital and the City proportionally to each parties share of the construction cost. Funds are included in the current budget to cover the cost of this agreement as well as the other contract administration services • ` f J, 1�4 Benjamin B. Nolan Public Works Director OCS:so CITY -9OF NEWPORT B ?ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 C T0: FINANCE DIRECTOR FROM: CITY CLERK DATE: December 13, 1988 SUBJECT: Contract No. C- 2591(B) Description of Contract Modification of Agreement for Design of PCH Widening Project (between Newport Blvd. and Highland Street) Effective date of Contract December 12, 1988 Authorized by Minute Action, approved on November 14, 1988 Contract with Robert Bein, William Frost & Associates Address P.O. Box 19739 14725 Alton Parkway Irvine, CA 92718 Amount of Contract (See Agreement) (�L/LL %j2 4�q , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach • TO: CITY COUNCIL FROM: Public Works Department • November 14, 1988 CITY COUNCIL AGENDA ITEM NO. F -3(a) CITY 9i IvL'V :rO::f GLACE NOV 14 1988 9P . ,"M__ . SUBJECT: MODIFICATION OF AGREEMENT WITH ROBERT BEIN, WILLIAM FROST & ASSOCIATES FOR DESIGN OF PACIFIC COAST HIGHWAY WIDENING PROJECT RECOMMENDATION: Approve the Modification Agreement and authorize the Mayor to execute. DISCUSSION: The City entered into an agreement on October 23, 1986, with Robert Bein, William Frost & Associates (RBF) for the preparation of Plans, • Specifications and Contract documents for the widening of Pacific Coast Highway between Newport Boulevard and Highland Street. This agreement was modified on January 22, 1988. Changes which have occurred in the scope of services that is included in the agreement are as follows: 1. Preparation of graphics for alternative sound wall treatments adjacent to the West Newport Park for use at the two Coastal Commission Hearings. 2. Topographic survey of completed West Newport Park in order to determine impact on various wall alternatives. 3. Revision of the West Newport Park sound wall plans including landscaping and irrigation. 4. Preparation of plans for additional sound walls on the north side of Pacific Coast Highway required by the Coastal Commission, including landscaping and irrigation plans. • 5. Preparation of sound wall plan, including landscaping and irrigation at Balboa Coves entrance. 6. Additional geotechnical studies for storm drain outlet on City- County dock property. M Subject: Modification of agreement with RBF for design of Pacific Coast Highway October 24, 1988 Page 2 • The change in fee for the above scope of revisions is $84,520. This increases the maximum allowable fee to $588,407. The City's portion of the increased fee would be $19,020. Under the terms of a Cooperative Agreement, Caltrans will reimburse the City for the remaining $65,500 of the increased fee. The proposed modification agreement increases the total expenditure from $503,887 to $588,407 and changes the net fee from $43,500 to $52,845. Funds are included in the current budget for the City's portion of the increased fee. � , ?4*z Benjamin B. Nolan Public Works Director • DS:so Attachment i MODIFICATION OF AGREEMENT NUMBER C- 2591(8) This Modification of the Agreement Number C- 2591(6) entered into this lt-92 .��// C� day of , 1988, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter "CITY ") and ROBERT BEIN, WILLIAM FROST & ASSOCIATES (hereinafter "CONSULTANT "), is made with reference to the following: RFrTTAIC- A. On October 23, 1986, Agreement Number C- 2591(B), was entered into by and between CITY and CONSULTANT (hereinafter "AGREEMENT "). B. On January 22, 1988, the AGREEMENT was modified. C. CITY and CONSULTANT desire to modify the Agreement and the modification on the terms and conditions set forth herein. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. Section VI A of the AGREEMENT is modified to read as follows: CONSULTANT hereby agrees to perform all the services as outlined in Exhibit "A" attached to the AGREEMENT, Exhibit "D" attached to the modification of AGREEMENT and to perform the additional services as outlined in Exhibit "E" attached hereto consisting of Addendum No. 5, dated March 14, 1988, and Addendum No. 6 dated July 25, 1988; and by this reference made a part hereof. 2. Section XXIV B of the AGREEMENT is modified to change the net fee from $43,500 to $52,845. 3. Section XXIV D of the AGREEMENT is modified to change the total expenditures from $503,887 to $588,407. 4. Except as expressly modified herein, all other terms and covenants set forth in the AGREEMENT shall remain the same and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this Modification of Agreement to be executed on the day and year first above written. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, a Municipal Corporation j By: -41,av� /i { ONSULTANT A Frost ATTEST,,: ? 1 =r{°b bert Bei n, William & Associates City Clerk,._. o R' J mes E. McDonald enior Vice President 12 /5 /BB • `?oberi`Beiq,`W 1 amgWost 6& dissociates PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS LETTER RECEII'F.D �; , TO. Citv of New ort Beach Public Works Department S 3300 Newport Boulevard DEC �gFq4 b tt ni,......,....a D-' -H rA nocco Yl NF'A: r..- .mrSAbnTi � ATTN: Don Simpson c1. \ WE ARE FORWARDING: ❑ BY MAIL )� BY MESSENGER ❑ BY BLUEPRINTER NO. OF COPIES DESCRIPTION Executed Modification Agreements for the Pacific Coast Nighway. i STATUS: • PRELIMINARY • REVISED • APPROVED ❑ RELEASED ❑ REVIEWED REMARKS COPIES TO: SENT FOR YOUR: ❑ APPROVAL • SIGNATURE • USE ❑ FILE ❑ INFORMATION PLEASE NOTE: O REVISIONS ❑ ADDITIONS ❑ DELETIONS • CORRECTIONS • NOT FOR CONSTRUCTION Garicp Miller, P.E. Viesident Pu Works Engineering amg ATES 'F bss><oqa1 &mcc &jre M4 P.O.BOX19739 • 14725 ALTON PARKWAY, IRVINE, CALIFORNIA92718 • (714)472 -3505 • FAX(714)472 -8373 OFFICES IN RANCHO CALIFORNIA • PALM DESERT • SAN DIEGO • NEWPORT BEACH 0 0 `P�'ober't `Beiq,�William`FrYost �& associates PROFESSIONAL ENGINEERS, PLANNERS& SURVEYORS March 14, 1988 Mr, Don Simpson Department of Public Works City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 JN 23627/P9 Addendum No. 5 Revised 11/10/88 Subject: Proposal for Additional Engineering Services Pacific Coast Highway Widening (PCH - SRI) Addendum No. 5 Dear Don: We hereby request this addendum to our contract for the final design and prepa- ration of improvement plans and contract documents for the widening of Pacific Coast Highway (Newport Boulevard to Orange Street). This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement dated October 23, 1986. The specific tasks associated with these additional services include: TASK I Additional Geotechnical Investigation As a result of the verbal authorization by the City of Newport Beach, RBF, in conjunction with our sub - consultants Woodward -Clyde Consultants (WCC), has proceeded with additional geotechnical investigation as follows: A. Geotechnical investigation at sheet pile bulkhead wall (WCC proposal letter dated 1/4/88). Additional details concerning the box culvert and its discharge end have now become available and necessitated this additional geotechnical investigation. The currently proposed box culvert will terminate at the marina at the existing sheet pile wall. This revised location is approximately 170 feet east of the original intended location. The connection to the sheet pile wall will be somewhat similar to an 8 foot by 4 foot Caltrans Reinforced Concrete Box (RCB) located approximately 30 feet southwest of the proposed new box culvert. The proposed box culvert will consist of a 5 foot by 9 foot (inside dimensions) RCB with its invert located at approximately elevation - 6.5 feet. At this time the sequence of construction work is anticipated to be as follows: `ft(essiog0 service Si bce 1944 P.0.BOX19739 • 14725 ALTON PARKWAY, I RVI N E, CALIFORNIA 92718 • (714)472 -3505 • FAX(714)472 -8373 OFFICES IN RANCHO CALIFORNIA • PALM DESERT • SAN OIEGO • NEWPORT BEACH EXHIBIT "E" Mr. Don Simpson • ` JN 23627/P9 .March 14, 1988 Page 2 Revised November 11, 1988 1. Installing a cofferdam (designed by others) 2. Removal of water from inside the cofferdam 3. Construction dewatering of the excavation 4. Construction of the box culvert into sheet pile wall We propose to conduct a geotechnical investigation as described below: Field Investigation We propose to conduct a one -day field investigation consisting of drilling two exploratory borings at the approximate locations shown in Figure 1. The two borings will be drilled with a truck - mounted drill rig using rotary wash techniques. The borings will be advanced to a depth of approximately 20 to 30 feet below the existing ground surface. The borings will be used to obtain samples and blow count data from the subsurface materials. Samples will be obtained at approximately 3- to 5 -feet intervals using either a modified California, standard penetration split spoon, or Shelby Tube sampler, depending on soil type. Measurements to the dredgeline adjacent to the sheet pile wall, at the location of the connection with the proposed RCB, will be made by using a rod or weighted tape probing from the top of the existing bulkhead. These measurements will be made at approximately 10 foot intervals along the wall for a distance of about 50 feet covering the connection length. It is assumed there will be no obstruction along the wall to inhibit this measurement procedure, and that the work can be conducted on the same day as the drilling program outlined above. 2. Laboratory Testing Samples obtained from the field investigation will be tested in W.C.C.'s laboratory to estimate their engineering properties. We anticipate that these tests will consist of 2 moisture content /dry density tests, 2 Atterberg limits or sieve analyses, 1 unconfined compression test, and 1 consolidation test. The actual number and type of tests performed may vary depending upon the soil conditions encountered in the field. 3. Engineering Analysis and Report Preparation WCC's engineering analyses will be based on the results of the field exploration program and the laboratory testing performed during this investigation, along with a review of WCC's previous investigation at this site. We will provide geotechnical engineering conclusions and recommendations regarding: Temporary lateral earth pressures for shoring during box culver construction, and against the sheet pile wall; • Permanent lateral earth pressure against the sheet pile wall and box culvert walls; • Assessment of potential settlement construction caused by the RCB on the existing sheet pile wall; • Suitability of subsurface material for use as backfill, and EXHIBIT "E" Mr. Don Simpson • . JN 23627/P9 .March 14, 1988 Page 3 Revised November 11, 1988 Site preparation and earthwork We will prepare a report which summarizes the engineering conclusions and recommendations described above together with the supporting field and laboratory data. We will submit 5 copies of the report. B. Box culvert within PCH (SRI) at the Newport Boulevard bridge (SR55) (Woodward -Clyde WCC Proposal letter dated 1/6/88) Previously, WCC completed a Geotechnical Investigation for the PCH widening project and submitted the results of this investigation in a report entitled " Geotechnical Investigation, Pacific Coast Highway Widening, Newport Boulevard to Orange Street, Newport Beach, California," Project #8743015A, dated 23 June 1987. This report included preliminary recommendations for the storm drain improvements. Since then, additional details concerning the box culvert and its proposed location at the Newport Boulevard Bridge have become available, and require additional geotechnical consultation services. To supplement our origi- nal investigation, boring logs from the original Newport Boulevard Bridge geotechnical investigation (conducted by others) were obtained. This investigation will include the following tasks: 1. Review the available geotechnical data and provide geotechnical engineering conclusions and recommendations for both alternatives, addressing the following items: • Impact of construction, if any, on pile capacity (Alternative 1) • Estimated settlements due to dewatering • Suitability of subsurface material for use as backfiil • Site preparation and earthwork • Temporary lateral earth pressures for shoring • Lateral earth pressures against the box culvert 2. Prepare a report which summarizes the engineering conclusions and recommendations described above and will submit 5 copies of the report. TASK II New ort Park "Mar ard" Wall Alternatives /Final Plans & Calculations RBF A. Preliminary Investigation As a result of a request by the City of Newport Beach - RBF will research and prepare preliminary studies as follows: 1) Wall Exhibits, and 2) Typical wall section through west Newport Park to accommodate a view of the park from the adjacent PCH (SRI). This work includes research of the "Margard" to be used to provide alternative configurations. EXHIBIT "E" Mr. Don Simpson • • JN 23627/P9 March 14, 1988 Page 4 Revised November 11, 1988 B. Final Plans /Calculations Subsequent to approval of the proposed configuration for the West Newport Park wall: 1) Review design parameters for proposed wall with manufacturer and prepare concept for City /Caltrans approval, and 2) revise previously prepared wall plans and prepare Final Plans, details and supporting calculations for construction of wall based on concepts City /Caltrans approval of concepts. TASK III Graphics View Exhibits (RBF) A. As a result of recent verbal authorization by the City of Newport Beach, RBF had proceeded with the following tasks: 1. Field review of site. 2. Photographic inventory for use in the preparation of various view exhibits. 3. Exhibit preparation for use by the City for presentation to City Coun- cil, Coastal Commission and affected homeowner associations. This work is for tasks completed through 1/22/88. B. As a result of a request by the City, prepare slide presentations to be used for public presentations at the City of Newport Beach on April 13, 1988 and subsequent May, 1988 Coastal Commission meetings. The services to be provided to accommodate this request include the following: Slide Show Presentation Prepare the following slides for presentation: 1. Overall Scope /Limits for PCH widening project - Newport Blvd. to Santa Ana River (4 slides) 2. Newport Shores aerial photo (1 slide) 3. View Opportunity (26 slides) - Photo each view opportunity - Close up index map for each photo 4. Cross Sections (3 slides) - Grant Street - 62nd Street - Walnut Street 5. Elevation /Plan View Rendering (1 slide) 6. Perspective Rendering (2 slides) - Create Perspective for views from "Pan" photo enlargement. - Prepare Slides of both rendering and photo. EXHIBIT "E" Mr. Don Simpson • • JN 23627/P9 .March 14, 1988 Page 5 Revised November 11, 1988 7. Title Slide (1 slide) Total slides used for "Story Board" slide presentation (43). Slides will be presented using dual projector system with and large screen wireless remote control dissolver. All slides will be glass mounted. 8. Aerial Photo Showing Sound Level Contours (1 slide) Exhibits Prepare a total of (8) 81 x 11 exhibits with labeling and laser color copies of each "Ciba" as follows: 1. Aerial Photo Index - Add graphics for wall extension 2. Aerial Photo Sound Level Contours 3. Elevation /Plans View Rendering 4. Cross Sections (1 Exhibit) 5. Existing south side PCH west of Highland Avenue 6. Proposed southerly side PCH west of Highland Avenue 7. Existing north side PCH 8. Proposed north side PCH Additional miscellaneous tasks include preparation of the following: 1. Preparation of Perspective Rendering - This task included field work to prepare "Pan" photo for the northerly side of PCH. Includes graphics for new 8 foot wall to replace 6 foot wall in front of trailer park. 2. Addition of Superior Avenue parking lot to overall project aerial pho- to. 3. Highlight (4) parking areas and label "Public Parking" on View Opportunities aerial photo. 4. Exhibit Enlargements. Prepare (2) large scale formats for northerly and southerly side of PCH on KP5's and mount on "Gatorfoam ". Prepare (2) renderings and matte photo (south side) laminated with glass laminate. Mount View Opportunity aerial photo. TASK IV Additional Field Elevation Surveys and Contours (RBF) A. West Newport Park 1. Field survey to determine existing elevations for West Newport Park Site from Prospect Street to the Santa Ana River Bridge. 2. Provide mapping of the contours developed from the previously obtained survey information for use by the City in developing alternative landscaping and wall alignments for the new park site. EXHIBIT "E" Mr. Don Simpson • • JN 23627/P9 March 14, 1988 Page 6 Revised November 11, 1988 B. Additional Field Survey (Walls) Field survey to provide additional elevation and topography necessary for the additional sound wall design at Fern Avenue, Orange Avenue, Highland Avenue and Balboa Coves. TASK V Additional Walls (RBF) As a result of recent direction by the City - Prepare Plans, profile and details for supporting calculations to construct new sound walls at the fol- lowing locations: 1. Balboa Coves - Approximately 100' westerly to 330' easterly of "Coves" entry to join the existing walls. 2. Highland Avenue to approximately 200' westerly 3. Highland Avenue to Grant Street 4. Fern Street to approximately 120' easterly Exact limits for the additional walls to be provided by the City prior to preparation of Final Plans. TASK VI Street Lighting Design (RBF) A. Balboa Coves Prepare plans and specifications for the relocation and electrical undergrounding for Balboa Coves street lighting. This work is to be provided as a result of direction by the City due to the construction of sound walls adjacent to the Balboa Coves private community. Plans for this construction will be shown on plans previously prepared for this project. B. Modified Foundation Desiqns Prepare design of street lighting foundations to accommodate construction of the City of Newport Beach street lights. Modified lighting foundations will be required for approximately (6) proposed street lights due to interference with existing storm drainage and sewer force main improvements west of Balboa Boulevard. TASK VII Superior Avenue "Parking Lot" Access Road This task requires plans, specifications and quantity estimate revisions to approximately six (6) sheets of previously prepared plans to accommodate access to the proposed parking lot at the southeasterly corner of Superior Avenue and Pacific Coast Highway. This work was necessary in order to insure construction of this access road with the construction of the Caltrans project to widen Pacific Coast Highway due to the elimination from plans prepared by Hoag Hospital. EXHIBIT "E" Mr. Don Simpson . • JN 236271P9 March 14, 1988 Page 7 Revised November 11, 1988 TASK VIII As a result of the expanded scope of work to accommodate the above Tasks I through VII as well as requests by the City, prepare the following: 1. Separation of Cost Estimates. This task includes preparation of addi- tional Quantity /Cost Estimates to separate costs and quantities as follows: a. Caltrans Costs b. City of Newport Beach Costs 2. Quantity /Cost Estimate for additional Tasks I through VII 3. Revised specifications to accommodate additional Tasks I through VII TASK IX Coordination and Meeting Attendance with City and Caltrans & Coastal Commission Attend meetings and coordination with the City and Caltrans 1. As a result of additional Tasks I through VII 2. To accommodate an extended project completion schedule For budgetary purposes, a maximum of fourteen (14) additional meetings has been allocated to perform these services. These additional meetings assume completion of this project by July 11, 1988. The attached Fee Summary identifies additional fees requested, based on the manpower estimates to accomplish these additional tasks. CONTRACT SUMMARY (Original Contract & Addendum 1 through 5) Total Fees Previously Authorized (Addendums 1 through 4) $503,887 Total Professional Fees Requested with this Addendum 70,774 Total Reproduction Allowance requested with this Addendum 6,000 Total Fees with this Addendum $580,661 EXHIBIT "E" Mr. Don Simpson • • JN 23627/P9 March 14, 1988 Page 8 Revised November 11, 1988 We are pleased to be of continuing service to the City of Newport Beach. If you have any questions regarding this proposal, please contact me. Please indicate your approval of this contract addendum by signing as indicated below and returning one copy, or by issuing written acceptance in a form consistent with your procedures. S/incerel , Gary L. filler Vice Pylesident PubW Works Engineering CITY OF NEWPORT BEACH Approved by: Title: Date: EXHIBIT "E" a n N M N Z .7 Y 1 N N I 1 1 1 f I I O ' Y y N i F M y — c'1 U N cp t0 c0 N F > Y N d > O Na 1 l0 O N M m m 1 M ? 1 1 1 1 I O X L U O m a¢ F � N m ON1 Iml1 n IN(1 � 1 I I 1 1 0 01 r M M c m Y YNL N L OI F N J W 10 \O p O .- V1 •-- w M way 0� N W O O m O m I�Q3 W N N O S m N m I m 1 1 1 Ql 1 1 1 N r Y > 6 N l 6 IMF N m 1 O O O n Q 01 N 1 N 1 N O 1 1 t0 ^ 1 N Y N W Ol N tp O N O W m M 1 O 1 I 1 1 ^ W — N — L Y d N T 1 O 1 F V N N N l0 n O n Q I M O n 1 1 1 1 1 1 O N N OI O m �O n n w m C r M M lV O 1 1 I I I N Y m � o 0 m L L o w <3 m d T N C N N 6 E 1 M 1 N N 1 I 1 I O N M M r N o•J I •-- Y N N � L N C a F d O 01 N C N ? 3 ID O O N m N W 9 O1 tp l0 ^ tp 1 1 I 1 N m N L U S Y w d L N M d C m p L m U C 1] m 9 O Y m ^ •N L O N m N O O O O V- U Y M N O 0 N w 0) m S 1 O C m m C vl 9 ONi E L c 'p Y •- • N T U <L •L LL Y\ C m ; L t Y E— •• TO N =O 010 cO m•^ M 0 E L O O �¢ Y m m m OOfY m O CO WO L NL U ^O O NY a InL CN w N O mm, oxp O � LL9 U C •OO 1.Ni .� M L ^ L V > r m b I L •^ • NO LMM m d O O � � 0 � 0 0 d O•r-_1W p Nv V 3 Fa0 QYO im I EXHIBIT "EII a n N M N Z .7 July 25, 1988 0 0 `�ober t `Beirl,,-Wlliam`Fi�ost Q& associates PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS /9 RECEIVED � ( PUBL(C WORKS �13 1 c21oF998 NE`A'POR7 6EACH �+4 CAL1F JN 23627/1-20 Mr. Dofi Simpson Department of Public Works Cv N City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Subject: Proposal for Additional Engineering Services - Pacific Coast Highway Widening (PCH - SRI) Addendum No. 6 Dear Don: We hereby request this addendum to our contract for the final design and prepa- ration of improvement plans and contract documents for the widening of Pacific Coast Highway (Newport Boulevard to Orange Street). This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement dated October 23, 1986. The specific tasks associated with these additional services include: TASK I Landscape Plan Revisions (RBF /Bob Graves) As a result of recent direction by the City - Revise /prepare landscape and irrigation plans and details to accommodate new and revised sound wall con - struction at the following locations. 1. West Newport Park - A southerly side of PCH from Highland Avenue approximately 2400 feet) to approximately 500 feet easterly of 62st Street (Revised Landscape Plans). 2. Balboa Coves - Approximately 100 feet westerly to 330 feet easterly of "Coves" entry to join the existing walls (new Landscaping Plans). 3. Hi hland Avenue to approximately 200 feet westerly (new Landscaping ans . 4. Cedar Street - to approximately 80 feet westerly (new Landscaping PT_an_s'T_. The Fee Summary below identifies additional fees requested, based on the man- power estimates to accomplish this additional task. CProessiotg'1aI service shim 1944 P.O. BOX 19739 • 14725 ALTON PARKWAY, IRVINE, CALIFORNIA 92718 • (714) 472 -3505 • FAX (714) 472 -8373 REGIONAL OFFICES IN RANCHO CALIFORNIA AND PALM DESERT EXHIBIT "E" r Mr. Don Simpson July 25, 1988 FEE SUMMARY Employee Category Rate Principal @ 95 Project Manager @ $58.00 /hr. Project Engineer @ $58.00 /hr. Design Engineer @ $44.00 /hr. Senior Draftsman @ $40.00 /hr. Sub - Consultant Bob Graves (landscaping) Total Estimated Professional Fees This Addendum 10 JN 23627/L20 Page 2 Landscaping Plans Revisions 0 $ 174 232 0 640 6,300 $7,346 CONTRACT SUMMARY (Original Contract & Addendum 1 through 6) Total Fees Previously Authorized (including reproductions GG / 4" 11111", Addendums 1 through 6) $580'�Rl Total Professional Fees Requested with this Addendum 7,346 Total Reproduction Allowance Requested with this Addendum 400 Total Fees with this Addendum $588,239" Ya'7 We are pleased to be of continuing service to the City of Newport Beach. If you have any questions regarding this proposal, please contact me'or Mr. Gary Miller. Please indicate your approval of this contract addendum by signing as indicated below and returning one copy, or by issuing written acceptance in a form consistent with your procedures. Sincerely, CITY OF NEWPORT BEACH Jame E. Mc Do Approved by: or Vice President Civil Engineering Title: gd Date: EXHIBIT "E" � Y • U S e.� ♦ CltIFOR TO: FROM: DATE: SUBJECT: • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 r FINANCE DIRECTOR CITY CLERK January 22, 1988 Contract No. C- 2591(E) Description of Contract Modification of Agreement for Widening Pacific Coast Highway from Newport Boulevard to Westerly of Orange Street (Professional Engineering Services) Effective date of Contract January 22 1988 Authorized by Minute Action, approved on January 11, 1988 Contract with Robert Bein William Frost & Associates Address P.O. Box 19739 Amount of Contract ,�"s x�fe Wanda E. Raggio City Clerk WER :pm Attachment 3300 Newport Boulevard, Newport Beach 7 • TO: CITY COUNCIL FROM: Public Works Department January 11, 1988 BY THE CITY COUNCIL,C�ITY COUNCIL AGENDA CITY OF NEWPORT BEACH EM NO. F-3(a) JAN 111988 C,, _ 2fW W APPROVED SUBJECT: MODIFICATION OF AGREEMENT WITH ROBERT BEIN, WILLIAM FROST & ASSOCIATES FOR PROFESSIONAL ENGINEERING SERVICES FOR WIDENING PACIFIC COAST HIGHWAY FROM NEWPORT BOULEVARD TO WESTERLY OF ORANGE STREET RECOMMENDATION: Approve a Modification Agreement with Robert Bein, William Frost & Associates for professional engineering services for widening of Pacific Coast Highway from Newport Boulevard to westerly of Orange Street. DISCUSSION: Under the terms of an agreement with Caltrans, the City entered into an agreement on October 23, 1987 with Robert Bein, William Frost & Associates (RBF) to prepare plans, specifications, and an engineer's estimate of cost for the improvement of Pacific Coast Highway from Newport Boulevard to westerly of Orange Street. Caltrans is reimbursing the City for the major portion of the RBF contract. However, under the Caltrans agreement, the City is paying for the RBF services relating to landscaping and street lighting. RBF prepared conceptual plans for approval by both the City and Caltrans. Aftrer approval of the conceptual plans, changes and additions were made that added to the scope of the engineering services. In response to these changes, RBF has submitted four addendums. The descriptions and fees for the changes included in the addendums are as follows: Description Amount of Char Caltrans City 1. Expand sound wall concept plan $ 568 40 2. Additional construction plans for sound walls 3,482 3. Existing parking analysis to determine number of lost parking spaces 1,180 4. Revise concept plan geometrics to change lane widths 2,388 5. Soil tests for landscape planting 954 6 Additional coordination and meetings for 1 thru 6 1,276 January 11, 1988 Subject: Modification of Agreement with Robert Bein, William frost & Associates Page 2 • Caltrans City 7. Parking area exhibit to illustrate parking mitigations 900 8. Revision of improvement plans to accommodate parking bays for West Newport area 1,700 9. Add Superior Avenue parking lot 6,200 10. Construction plans for 12" water main from easterly of 61st Street to easterly of - Superior Avenue 13,900 11. Wall improvement plans for oil field site 2,500 12. Noxious gas investigation in vicinity of Balboa Coves 11,400 13. Additional potholes and survey for 8 thru 11 455 945 • 14. Additional coordination and meetings for 8 thru 13 390 810 15. Reproductions 8 thru 13 813 1,687 16. Extend project from Orange Street to Highland Street 12,500 17. Revise storm drain at Newport Boulevard 4,500 18. Additional potholes and field surveys for 16 and 17 5,300 19. Coordination and meetings for 16 and 17 1,000 20. Reproductions 16 and 17 1,500 21. Parking area aerial photo exhibit for Coastal Commission 844 22. Landscaping plan for Superior Avenue parking • lot 5,742 23. Revise Newport Boulevard off -ramp 4,396 24. Widen sidewalk from Balboa Coves entrance to off -ramp 3,380 25. Exhibits for right of way acquisition 4,068 ! i January 11, 1988 Subject: Modification of Agreement with Robert Bein, William Frost & Associates Page 3 • Caltrans City 26. Plan modification to allow left -turn for Balport Shopping Center 3,428 27. Revise plans to raise height of sound walls adjacent to Lido Sands and Balboa Coves 3,988 28. Additional field surveys 24 and 26 665 655 29. Coordination and meetings 21 thru 27 3,259 569 30. Reproductions 21 thru 27 1,703 297 Totals $83,645 $25,697 The changes chargable to the City as listed above include the addition of a 12 -inch water main in Pacific Coast Highway from a point easterly of 61st Street to the existing 12 -inch line easterly of Superior Avenue. This is a master plan line needed for future service to the West Newport oil property. • Installation of the line at this time will avoid trenching within the widened highway in the future. Also included is the upgrading of the existing wood fence in front of the oil field with a masonry wall that will match the planned sound attenuation walls. The sidewalk on the southerly side of the highway from the Balboa Coves entrance to the Newport Boulevard on -ramp is presently 8 feet wide. This is a designated two -way bike trail and the remainder of the existing sidewalk westerly to the Santa Ana River bridge is 12 feet wide. The cost of the widening will be at City expense since Caltrans' portion of the project does not include widening of existing sidewalks. The Modification Agreement raises the maximum fee from $394,545 to $503,887. The additional fee amount will be financed as follows: Fund Amount 25- 3323 -010 $ 83,645 18- 3323 -010 5,855 50- 9287 -001 16,818 23- 5497 -019 3,024 /Total $109,342 • r / vim. ��� Benjamin B. Nolan Public Works Director DS:jd Description Included in Caltrans' Agreement Gas Tax Funds Water Main Replacement Program Oil Tank Farm Improvement r I MODIFICATION OF AGREEMENT NUMBER C- 2591(6) This Modification of the Agreement Number C- 2591(B) entered into this day of 1988, by and between the CITY OF NEWPORT BEACH, a municipal corp ration (hereinafter "City ") and ROBERT BEIN, WILLIAM FROST & ASSOCIATES (hereinafter "Consultant "), is made with reference to the following: I,offtrucr A. On October 23, 1986, Agreement Number C- 2591(B), was entered into by and between City and Contractor (hereinafter "Agreement "). B. City and Consultant desire to modify the Agreement on the terms and conditions set forth herein. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. Section VI A of the Agreement is modified to read as follows: ENGINEER hereby agrees to perform all the services as outlined in Exhibit "A" attached to the Agreement and to perform the additional services as outlined in Exhibit "D" attached hereto consisting of Addendum No. 1, dated March 3, 1987; Addendum No. 2, dated June 29, 1987; Addendum No. 3, dated August 29, 1987; and Addendum No. 4, dated November 18, 1987; and by this reference made a part hereof. 2. Section XXIV B of the Agreement is modified to change the net fee from $31,530 to $43,500. 3. Section XXIV D of the Agreement is modified to change the total expenditures from $394,545 to $503,887. 4. Except as expressly modified herein, all other terms and covenants set forth in the Agreement shall remain the same and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this Modification of Agreement to be executed on the day and year first above written. APPROVED AS TO FORM: aL City—Attorney ATTEST: City Clerk !`TrV AC llrlJnnnr nrnru CONSULTANT Robert BBei�n, William Frost & Associates / o�...J�. By: 2 ' (D ames E. PcDonald Se ice President i r EXHIBIT "D" `I oberl cBeiQ,`William`Frost C& associates PROFESSIONAL ENGINEERS, PLANNERS& SURVEYORS March 3, 1987 JN 23627 Addendum No, 1 Mr. Don Simpson Department of Public Works City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Subject: Proposal for Additional Engineering Services Pacific Coast Highway Widening Dear Don: We hereby request this addendum to our contract for the final design and preparation of improvement plans and contract documents for the widening of Pacific Coast Highway (Newport Boulevard to Orange Street). This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement dated October 23, 1986. The specific tasks associated with these additional services include: Task I - Expansion of the Wall Concept Plan At the request of the City, we have prepared an additional wall exhibit for proposed walls along the inland side (approx. 500') of PCH in West Newport. These walls are identified as "not feasible" in the final EIR for this project, and, therefore, not included within the project scope. If the conceptual plan for these walls is approved by CalTrans, we anticipate additional services to prepare final design and improvement plans. Task IA - Expansion of Wall Plan Scope Provide additional engineering services to prepare design plans for the proposed soundwalls (approx. 5001) per conceptual wall plan (see Task II). G P.O. BOX 19739 • 14725 ALTON PARKWAY, IRVINE. CALIFORNIA 92718 • (714) 472 -3505 27403 YNEZ ROAD • SUITE 201 • RANCHO CALIFORNIA. CA 92390 • (714) 676 -8042 Task II - Parking Analysis At the request of the City, we have performed a field investigation and prepared an existing parking plan exhibit for use in evaluating lost parking due to this project. Task III - Revision of Concept Plan Geometrics Project n� *e As directed by CalTrans, we were required to revise the completed concept plan geometrics. This change deviates from the original discussions with CalTrans which set lane widths during October 1986 as shown in the following summary: Mi locf i...a Lane Configuration Project Per Draft EIR 15' median, (2) 12' lanes Start 11.5' lane, 8' bike/ emergency parking lane 10/28/86 Resolution of Lane Widths 14 median, 13' lane, between CalTrans (Bill 12' lane, 11' lane, 8' Weldele) and City bike /emergency parking lane 12/5/86 12/14/86 Conditional Approval by CalTrans (Peter Hsu) Revised Geometrics per CalTrans Letter (Sid Elicks) Remains Unchanged 14' median, 13' lane, (2) 12' lanes, 8' bike/ emergency parking lane Based on the resolution of lane widths established in October, roadway construction drawing preparation commenced, as scheduled, in mid - November. The geometric changes in mid - December were not anticipated and therefore were not provided for as part of the project budget. This change represents approximately one month of design work which has to be revised. Task IV - Soil Testing for Landscape Planting As a result of recent direction by the City, we will schedule soil analysis for landscape planting purposes of median and parkway core samples which will be obtained from the soil and pavement testing process. It is anticipated that tests will be needed at eight locations throughout the project. Total Professional Fees Requested for This Addendum $9,848 Task V - Coordination and Meeting Attendance with City and CalTrans Attend meetings and coordinate with the City and CalTrans as a result of additional Task I, IIA and IV. Each of these tasks will extend the completion of the contract and will require additional coordination and meetings. The following is a summary of the additional fees requested, based on the manpower estimates to accomplish these additional tasks: Employee Category/ Task Task Task Task Task Task Rate I IA II III IV V Project $116 $232 $116 $348 $116 $580 Mgr (2 hr) (4 hr) (2 hr) (6 hr) (2 hr) (10 hr) $58.00 /Hr Project $116 $ 580 $232 $696 $58 $ 696 Eng. (2 hr) (10 hr) (4 hr) (12 hr) (1 hr) (12 hr) $58.00 /Hr Design $176 $ 880 $352 $704 Eng. (4 hr) (20 hr) (8 hr) (16 hr) $44.00 /Hr Sr. $160 $ 800 $480 $640 Draftsman (4 hr) (20 hr) (12 hr) 16 hr) $40.00 /Hr Survey $990 Crew (6 hr) (3 -Man) $165.00 /Hr Subconsultant $780 Fees (Yokum) $568 $3482 $1180 $2388 $954 $1276 Total Professional Fees Requested for This Addendum $9,848 We are pleased to be of continuing service to the City of Newport Beach. If you have any questions regarding this proposal, please contact Gary Miller. Please indicate your approval of this contract addendum by signing as indicated below and returning one copy, or by issuing written acceptance in a form consistent with your procedures. Sincerely, ROBERT BEIN, WILLIAM FROST & ASSOCIATES -'964f K ".K" S. Robert Kallenbaugh Sr. Vice President Civil Engineering CITY OF NEWPORT BEACH Approved by: Title: Date: • • EXHIBIT "D" �w `7,obert `Beiq,`tiVi11iam `F -ost C& associates PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS June 29, 1987 JN 23627 Addendum No. 2 Mr. Don Simpson Department of Public Works City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Subject: Proposal for Additional Engineering Services Pacific Coast Highway Widening Dear Don: We hereby request this addendum to our contract for the final design and preparation of improvement plans and contract documents for the widening of Pacific Coast Highway (Newport Boulevard to Orange.Street). This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement dated October 23, 1986. The specific tasks associated with these additional services include: Task I - Parking Area Exhibit Prepare Parking Area Exhibit @ 1" = 50' scale on topographic base showing proposed parking locations which will be available along PCH to accommodate the provisions of the Project's EIS relating to replacement parking. Parking areas to be included will show the following: 1. Proposed Parking "Bays" along the easterly side of PCH between Orange Street and 60th Street. 2. Proposed Parking Lot at the southeasterly corner of Superior Avenue and PCH. 3. Existing parking at the West Newport Park Tennis Courts. `Prgfessiogal service since 1944 ❑ P.O. BOX 19739 • 14725 ALTON PARKWAY, IRVINE, CALIFORNIA 92718 • (714) 472 -3505 j ❑ 27403 YNEZ ROAD* SUITE 201 • RANCHO CALIFORNIA, CA 92390 9 (714) 676 -8042 0 0 Task II - Parking "Bay" Improvement Plan Modifications Revise previously prepared curb alignment along the easterly side of PCH between Orange Street and 60th Street to accommodate additional "Bay" type parking. This change is made at the request of the City of accommodate the replacement parking required for this project, as described in the exhibit prepared as a result of Task I. Task III - Superior Avenue Parking Lot Prepare grading and improvement plans to accommodate parking on the unimproved parcel located at the southeasterly corner of Superior Avenue at PCH. Currently, Access Roadway Improvement Plans are being prepared at this location for Hoag Hospital to accommodate access from Superior Avenue. Design for Parking Lot Improvement Plans assumes that this access road will be completed prior to construction of the proposed parking lot. (Estimated Plan Sheets: 5) Plans will include improvements as follows: A. Grading and Improvements B. Retaining Wall (160 feet estimated) C. Drainage Improvements (600 feet estimated) D. Striping Plans Task IV - Water Pipeline Improvements A. Conceptual Alternatives Alignments This task includes preparation of Concept Plans to show two (2) alternative alignments for the construction of approximately 4,200 feet of 12 -inch master planned water main within PCH. B. Final Improvement Plan and Profile After selection and approval by the City, of one of the conceptual alternatives previously prepared as a result of Task IV A above begin preparation of the Final Improvement Plan and Profile for the 12 -inch water pipeline (Estimated Plan Sheets: 5) Task V - Wall Improvement Plans for West Newport Oil Prepare 1) Wall and 2) Landscape and Irrigation Plans to accommodate 220 feet of new wall adjacent to the West Newport Oil Property. The existing wall will be removed as a result of the widening of PCH. The new wall to be constructed will be designed to match the texture and geometric configuration of walls to be constructed at various locations and included with this project. Task VI - Noxious Gases Investigation At the request of the City, provide engineering services to investigate the gas odor on the westerly side of PCH adjacent to the Balboa Coves tract, this investigation will: 1. Test the hypothesis that noxious gases continue to be released in the Balboa Coves tract; 2. Determine the areal extent of that gaseous release; 3. Determine the feasibility of relocating gas recovery wells away from Pacific Coast Highway; 4. Recommend on appropriate facility to remediate noxious gases; and 5. Accommodate remediation efforts with the construction of a retaining /sound abatement wall adjacent to the Pacific Coast Highway. The scope of the project will entail the following: 1. Surface geologic investigation; 2. Surveying of a 200 -foot sampling grid; 3. Auger and complete 32 to 36 holes (depending on the area) as sampling locations, each to a depth of 2 feet; 4. Collect gas samples for quantitative laboratory analysis; 5. Volumetric analysis of various gases from each auger hole; 6. Description and analysis of soil from each auger hole; and 7. Prepare and submit an analytical report including recommendations appropriate to each area. The success of this project depends upon access to private property for use in drilling, completing, sampling numerous auger holes. For safety and cost reasons, no sampling points (auger holes) are proposed within Pacific Coast Highway. Given the time needed to secure materials, process laboratory analyses, and consulting requirements (Balboa Coves will require 3 -4 weeks to complete). 0 0 This bid does not cover /include any and all costs for "clean up " /remediation of contaminated soil /groundwater if encountered. PIC makes no guarantee that drilling operations can be completed at the proposed locations in the event unexpected obstacles (cement, underground sires /pipes, boulder beds, etc.) are encountered. In acceptance of this proposal, the property owner /client agrees to hold PIC harmless and to defend and /or pay for the defense of claims and judgements attendant to litigation arising from this work. Petroleum Industry Consultants will provide these services as a subconsultant under the direction of RBF. Task VII - Additional Field and Pothole Survey A. Pothole Survey Perform survey to determine elevations of pipelines exposed as a result of potholing. As a result of Task IV, "Water Pipeline Improvements ", RBF will identify locations of potential conflict with new construction and existing underground pipelines. City will provide for the potholing of these facilities. B. Field Surve Perform field survey to obtain additional 1) Field Culture, 2) Cross Sections and 3) Spot Elevations at existing joints, to accommodate preparation of plans for the construction of improvements, provided for as a result of Tasks II through V above. Task VIII - Additional Coordination and Meeting Attendance with Provide the necessary coordination with the City and CalTrans personnel as a result of the services included with Tasks I through VII above. Work under this item shall be performed on a time and materials basis and shall include agency presentations beyond normal processing of plans and installation with CalTrans and City staff by telephone. For budgetary purposes, a maximum of 20 manhours has been allocated to perform these services. • • COMPENSATION ADDENDUM NO. 2 JN 23627 Estimated Task Description Fee I Parking Area Exhibits $ 900 II Parking "Bay" Improvement Plans 1,700 III Superior Avenue Parking Lot 6,200 A. Grading and Improvements B. Retaining Wall C. Drainage Improvements D. Striping Plans IV Water Pipeline Improvements A. Conceptual Alternative Alignments 400 B. Final Improvement Plan & Profile 13,500 V Wall Landscape Improvement Plans for West Newport Oil 2,500 A. Wall Plans B. Landscape and Irrigation Plans VI Noxious Gases Investigation at Balboa Coves 11,400 VII Additional Pothole and Field Survey 1,400 VIII Additional Coordination and Meeting Attendance 1,200 Total Professional Fees Requested $39,200 IX Additional Reproductions 2,500 Total Budget $41,700 We are pleased to be of continuing service to the City of Newport Beach. If you have any questions regarding this proposal, please contact Gary Miller. Please indicate your • approval of this contract addendum by signing as indicated below and returning one copy, or by issuing written acceptance in a form consistent with your procedures. Sincerely, ROBERT BEIN /WILL FROST & ASSOCIATES j a/ S. Robert Kallenbaugh Sr. Vice President Civil Engineering CITY OF NEWPORT BEACH Approved by: Title: Date: EXHIBIT "D" `Xober1 ';Beii1,`Wi11iam`hrost 6& associates PROFESSIONAL ENGINEERS, PLANNERS& SURVEYORS August 3, 1987 Mr. Don Simpson Department of Public Works City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 JN 23627 Addendum No. 3 Subject: Proposal for Additional Engineering Services Pacific Coast Highway Widening Dear Don: We hereby request this addendum to our contract for the final design and preparation of improvement plans and contract documents for the widening of Pacific Coast Highway (Newport Boulevard to Orange Street). This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement dated October 23, 1986. The specific tasks associated with these additional services include: Task I - Additional Improvement Plan Scope (Orange Street to Highland Street) Provide additional survey and engineering services to prepare design plans for the ultimate street improvements northerly beyond Orange Street to Highland Street (approximately 7001) including median construction, pavement widening, new sidewalk, curb and gutter along the inland side of PCH. The intent of the original scope of work was to end ultimate improvements at Orange Street and transition westerly to the existing roadway. Under this expanded scope of work, the transition will be accomplished by striping and signing within the ultimate improvements. This task will require additional plans as follows: A. Removal /Relocation Plans (1 sheet estimated) `Prgfessiotlal service since 1944 ❑ P.O. BOX 19739 • 14725 ALTON PARKWAY, IRVINE, CALIFORNIA 92718 • (714) 472 -3505 ❑ 27403 YNEZ ROAD • SUITE 201 • RANCHO CALIFORNIA, CA 92390 • (714) 676 -8042 0 4 B. Improvement /Drainage Modifications (1 sheet estimated) C. Median Island and Wall Landscaping and Irrigation Plans (2 sheets estimated) D. Extension of Wall Adjacent to Park (approximately 500 LF) (1 sheet estimated) E. Signing and Striping Plans (2 sheets estimated) F. Phase Construction Plans (2 sheets estimated) Task II - Revised Storm Drain Plans at Newport Boulevard Revise previously prepared plans to accommodate the following: A. Elimination of the triple - barrel box drainage facility crossing Pacific Coast Highway at Newport Boulevard. B. Revise alignment for the single - barrel box drainage facility to accommodate the elimination of the triple -box and maintain the existing single -box drainage facility crossing Pacific Coast Highway. Task III - Additional Field and Pothole Survey A. Pothole Survey Perform survey to determine elevations of pipelines exposed as a result of potholing. As a result of Task II, "Revised Storm Drain Improvement at Newport Boulevard ", RBF will identify locations of potential conflict between new construction and existing underground pipelines. City will provide for the potholing of these facilities. B. Field Survey Perform field field culture, elevations at preparation of improvements, p and II above. survey to obtain additional 1) 2) cross sections and 3) spot existing joints, to accommodate plans for the construction of rovided for as a result of Tasks I Task IV - Additional Coordination and Meetings Attendance with City, CalTrans and Property Owners f Provide the necessary coordination with the City and CalTrans personnel as a result of the services included with Tasks I and II above. Each of these tasks will require additional time to complete the plans and will require additional coordination and meetings. Work under this item shall be performed on a time and materials basis and shall include agency presentations beyond normal processing of plans and installation with CalTrans and City staff by telephone. For budgetary purposes, a maximum of 20 manhours has been allocated to perform these services. We are pleased to be of continuing service to the City of Newport Beach. If you have any questions regarding this proposal, please contact Gary Miller. Please indicate your approval of this contract addendum by signing as indicated below and returning one copy, or by issuing written acceptance in a form consistent with your procedures. Sincerely, ROBERT BEIN, WILLIAM FROST & ASSOCIATES '3 S. Robert Kallenbaugh Sr. Vice President Civil Engineering CITY OF NEWPORT BEACH Approved by: Title: Date: C2 • * EXHIBIT "D" `Robert `Behl,Wlliam `Frost 6& Associates PROFESSIONAL ENGINEERS, PLANNERS 8, SURVEYORS November 18, 1987 Mr. Don Simpson Department of Public Works City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Subject: Proposal for Additional Engineering Services Pacific Coast Highway Widening (PCH) - SRI Addendum No. 4 Dear Don: JN 23627 Addendum No. 4 We hereby request this addendum to our contract for the final design and preparation of improvement plans and contract documents for the widening of Pacific Coast Highway (Newport Boulevard to Orange Street). This is a continuation of work activities originally authorized by the City of Newport Beach per the signed agreement dated October 23, 1986. The specific tasks associated with these additional services include: Task I Parking Area Aerial Photo Exhibit At the request of the City, prepare exhibit at 1" = 40 scale on Aerial Photo Mylar showing proposed parking locations to be included with the widening of Pacific Coast Highway. This exhibit will be in addition to the previously prepared "Parking Area Exhibit" Addendum No. 2. Task II Landscaping for Parking Area (PCH at Superior Avenue) (RBF /Bill Yocum) Prepare Landscaping and Irrigation Plans and Details to accommodate landscaping within the proposed parking lot at Superior Avenue and Pacific Coast Highway. Landscaping will include parking lot planters and graded slopes as a result of this parking lot construction. Obtain representative field soil samples and perform laboratory analysis of these samples to determine the selection of planting materials to be used. This work includes a maximum of six (6) test holes (2' maximum depth) and assumes that deep excavations in excess of 2 feet will be provided by the City of Newport Beach. `Prgfessiorlal service since 1944 ❑ P.O. BOX 19739 • 14725 ALTON PARKWAY, IRVINE, CALIFORNIA 92718 • (714) 472 -3505 ❑ 27403 YNEZ ROAD • SUITE 201 • RANCHO CALIFORNIA, CA 92390 • (714) 676 -8042 Mr. Don Simpson • JN 23627 November 18, 1987 Addendum No. 4 Page 2 Task II B continued Work also includes subsequent recommendations as to the acceptability of site soils for the proposed landscaping as a result of these tests. Task III Newport Boulevard Ramp & Pacific Coast Highway (PCH) Revisions Revise the, A) Ramp Profiles for the westbound PCH on -ramp, and B) Roadway /Ramp Pavement Structural Sections in accordance with the CalTrans plan review comments meeting on October 13, 1987, and subsequent meeting on November 5, 1987. These revisions deviate from the CalTrans approved geometric concept plan and pavement test results, which is the basis of all plans in this project. These changes include revisions to the 1) Ramp Plan and Profiles, and 2) Cross - sections and Details. Task IV Parkway Widening Adjacent to Balboa Coves At the direction of the City of Newport Beach, 1) Prepare additional plans and profiles to accommodate the widening of the sidewalk on Pacific Coast Highway (SR -1) adjacent to Balboa Coves from its current 8 foot width to 12 feet which is consistent with the parkway widths westerly of the Balboa Coves private entry, 2) Remove and replace curb on Balboa Coves property and modify existing drainage inlet to improve drainage deficiencies, 3) Relocate existing street lighting on Balboa Coves property. This task will include revisions to the previously prepared plans and profiles for the project. Task V Right of Entry Exhibits Prepare Rights -of -Entry Exhibits to facilitate negotiations with the West Newport Association properties affected by this project. The affected properties are located on the northerly side of PCH from Highland Avenue to westerly of Seminouk Slough. For budgetary purposes, it is anticipated that preparation of 15 exhibits will be necessary. Task VI Median Island Modifications for "Balport" Shopping Center Revise Plans and Profiles east of Superior Avenue to accommodate left turns for westbound traffic into the "Balport" shopping area. This task is a result of a meeting with CalTrans on November 5, 1987, and subsequent authorization to proceed with this work. This work will require revisions to the plans as follows: 1. Plans and Profiles 2. Signing and Striping 3. Landscaping Mr. Don, Simpson • JN 23627 November 18, 1987 Addendum No. 4 Page 3 Task VII Revisions to Sound Walls Adjacent to Lido Sands and Balboa Coves This task includes revisions to Plans, Profiles and Details to accommodate increasing approximately 2900 linear feet of sound walls from a maximum height of 8 feet to a maximum height of 10 feet. This work is required as a result of meetings with the Lido Sands and Balboa Coves Homeowners Associations. Subsequent to these meetings, a review of wall height recommendations contained in the approved EIR document for this project was made resulting in a decision by CalTrans to adjust these wall heights. Task VIII Additional Field Survey Perform Field Survey to 1) Obtain additional spot elevations to accommodate positive drainage design for Task IV and, 2) Obtain additional survey at "Baiport" Shopping Center to accommodate placement of left turn pocket for Task VI. Task IX Coordination and Meeting Attendance with City and CalTrans Attend meetings and coordinate with the City and CalTrans 1) As a result of additional Tasks I through VIII, 2) To accommodate an extended project completion schedule, and 3) Additional coordination to assist the City /CalTrans with rights -of -way concerns. Each of these tasks, as well as the absence of traffic or drainage plan check comments from CalTrans, as of November 5, 1987, will extend the completion of the contract and will require additional coordination and meetings. For budgetary purposes a maximum of six (6) additional meetings has been allocated to perform these services. These additional meetings assume completion of this project by December 21, 1987. The attached Fee Summary is a summary, Page 3.1, of the additional fees requested, based on the manpower estimates to accomplish these additional tasks. r -:I- C14 tD M O N Z Z E 7 3 V C d V Q } Q am am N W W W 00 aD C rn u, n E o0 L rI C d • O .a M E N N i O ro � Z d VI O C N 0) 0) V) V) L L CDS CD -C O N 0 l0 M O 1 .--I N N lzt 1 I I 1 s 00 N CO 1 1 1 Cl) 64 V O O i N 1 N L 1 Cl) Cl) .-1 CO .y V N N C = L O L L O L � 3�Y OOt W O O dl O to V) a O coo u:l0 1 1 v 3 ro Cl) W rl N W N .-( � M Y F i N N N O V i i L W O. N N L O L (O t O L Q j1COD Id ro M ODO OR tO-T 1 mH N V lil l -+N mN M 64 tPr tq c. b cli tl} _ V) W U L L • Y L l p L G f L O L LO O VI 00 t Ln m W O I 1 O ro a CO N N (a to .-1 M tfTv C >) ro c. u m i •r VI L L L O ct O V 1p L O L O0 CI) O� 0) i 0) 0 co L l0 I.fi co M () O 0) ro V ro V Ol N O N N 1 1 C1 •r F M l0 tp r( .--I N •--I M M O N N � 3 Vt � aq •-• tiq.... 64 � tii Cl) Cl) 0 VI - N L L L d i N L lO t O t C)) E Y 00 0) lfl O M C 7 ro 0 v M V (D 'j- to o I I o a O! to M O .-t N �H +.�r� tfr �• aRr... t.4� tis r � m rnv v � � v ov L L L i V C N L JCCDI N m O M I 1 I O) �-+ C In '-I N a E rn U 3 V} N o21 VI V 'r V Y O) b i Y O V CT N 10 C l, ro ro —rd (O L 00 t L O a)-- Q H cf 00 O 1 m O) L O •-1 N M lO M N N (f) R W [1 F- tPr � 64 �• 64 v tf} � ti! O) � O ro 0 00 ro •--I V) V) N N I � L VI L L L L I) L ) l0 L N s lD t O L Ct 0 4 - U1 ro ti M 4- N 0 4- N rl M co O0 00 0) tR v tf} •... 64 v tf} ... tf} O V L C o_ ro 3 v o N C Y Y .- ro L m ro C ro 4 tr m C O) VEI 43:) L E L W i C i Y i i S 41 ro N A 2 2 W S Y to \ Ju 2 U \ 3 Vl C N L L \ \ \ -+O T o O V O u 0 L O c W O C O 0) ( O C O O CF O) O (1) O - . O O O) (o O r Y Q N Y O co 000 0 Z1. O i I tO 1] N Y V E rd ro LIn LlI) 0) et i V 7M. 3 N O'U W U U a- V4 0- V} Cl tR V) V (n mot/} V) (i �- Q Mr. Don Simpson November 18, 1987 Page 4 Contract Summary (Original Contract & Addendum 1 through 4) JN 23627 Addendum No. 4 Total Professional Fees Requested with this Addendum $471,187 Total Reproduction Allowance Requested with this Addendum 31,000 Total Fees with this Addendum $502,187 We are pleased to be of continuing service to the City of Newport Beach. if you have any questions regarding this proposal, please contact Gary Miller. Please indicate your approval of this contract addendum by signing as indicated below and returning one copy, or by issuing written acceptance in a form consistent with your procedures. Sincerely, ROB T EIN, WILLI�ST & ASSOCIATES Gary L. iller /� Senior Director Public Works Engineering CITY OF NEWPORT BEACH Approved by: Title: Date: l • • `R,bber7 `Beirl,cWilliam`Fro- st (i associates PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS LETTER OF TRANSMITTAL TO: City of Newport Beach DATE January 19, 1988 Public Works Department P.O. Box 1768 RBF JOB NO. 23627 Newport Beach, CA 92658 -8915 ATTN: Don Si WE ARE FORWARDING: ❑ BY MAIL ❑ BY MESSENGER ❑ BY BLUEPRINTER NO. OF COPIES DESCRIPTION 4 Modification of Agreement Number C- 2591 -B STATUS: SENT FOR YOUR: PLEASE NOTE: • PRELIMINARY ❑ APPROVAL ❑ REVISIONS • REVISED ❑ SIGNATURE ❑ ADDITIONS • APPROVED ® USE ❑ DELETIONS ❑ RELEASED ❑ FILE ❑ CORRECTIONS ❑ REVIEWED ❑ INFORMATION ❑ NOT FOR CONSTRUCTION REMARKS Enclosed please find four (4) copies of our Modification of Agreement Number C- 2591(6 COPIES TO: ROBE WILLIAM FR ASSOCIATES BY ry L,�iller, P.E. Vice President Civil Engineering gjm cPrgfessiorla1 service siiLce 1944 ❑ P.O. BOX 19739 • 14725 ALTON PARKWAY, IRVINE, CALIFORNIA 92718 • (714) 472 -3505 ❑ 27403 YNEZ ROAD • SUITE 201 • RANCHO CALIFORNIA, CA 92390 • (714) 676 -8042 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 -- TO: FINANCE DIRECTOR Public Works Department 0121VJ1 FROM: CITY CLERK DATE: October 23, 1986 SUBJECT: Contract No. C- 2591(B) Description of Contract Amended Agreement for Professional Engineering Services for Coast Highway Widening - Newport Boulevard to westerly of Orange Street Effective date of Contract October 23, 1986 Authorized by Minute Action, approved on October 13, 1986 Contract with Robert Bein, William Frost and Associates Address 1401 Quail Street P.O. Box 2550 Newport Beach, CA 92658 -8984 Amount of Contract (See Agreement) L+LJLl %j�G�I�G� s , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach C - 23_�'l 6�J October 13, 1986 BY THE CITY COUNCIL. CITY COUNCIL AGENDA CITY OF NRIPORT BEAN TEM N0. F -3(g) TO: CITY COUNCIL WT 13 1986 FROM: Public Works Department APPROVED SUBJECT: AMENDED ENGINEERING SERVICES AGREEMENT FOR COAST HIGHWAY WIDENING BETWEEN NEWPORT BOULEVARD AND ORANGE STREET RECOMMENDATION: Authorize the Mayor and the City Clerk to execute the amended engi- neering services agreement with Robert Bein, William Frost & Associates. DISCUSSION: At the June 23, 1986 Council meeting, a cooperative agreement with Caltrans was approved that provided for the City to administer preparation of the plans and specifications for the highway improvements between Newport • Boulevard and Orange Street, with funding by Caltrans. At the same meeting an engineering services agreement was approved with Robert Bein, William Frost & Associates for the preparation of the plans. The agreement with Caltrans required their approval of the engineering services agreement. Caltrans disapproved of the total not -to- exceed fee of $425,390 and required the City to renegotiate this fee. This total fee has now been renegotiated to an amount not to exceed $394,545 and approved by Caltrans. The amended engineering services agreement replaces Exhibits A, B, and C in the old agreement with new fee exhibits, setting the total fee at an amount not to exceed $394,545. A budget amendment to provide for the $500,000 Caltrans funding in the current budget has been prepared. In addition, the budget amendment provides for the transfer of $32,900 from the currently budgeted gas tax account to pre- pare preliminary plans to a budgeted account for the City's portion of the sub- ject project. •e„R Benjamin B. Nolan Y'^ Public Works Director DS:jd + AGREEMENT AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR COAST HIGHWAY (SRI) WIDENING NEWPORT BOULEVARD (SR55) TO WESTERLY OF ORANGE STREET THIS AGREEMENT is made and entered into this ,day of 1986, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY ", and the firm of ROBERT REIN, WILLIAM FROST AND ASSOCIATES, a California corporation, hereinafter referred to as "ENGINEER." WITNESSETH: WHEREAS, CITY under terms of an agreement with the California Department of Transportation (CALTRANS), dated June 23, 1986, has been authorized by CALTRANS to obtain professional engineering services for the preparation of plans, specifications and engineer's estimate of cost for the improvement of Pacific Coast Highway from Newport Boulevard to westerly of Orange Street, hereinafter referred to as "PROJECT "; and WHEREAS, the Environmental Impact Statement has been prepared by CALTRANS; and WHEREAS, CITY intends to prepare final engineering and construction documents for the improvement of Pacific Coast Highway from Newport Boulevard to westerly of Orange Street, hereinafter referred to as "PLANS "; and WHEREAS, ENGINEER has submitted a proposal dated June 19, 1986, to CITY to perform the professional engineering services in conjunction with the prepa- ration of said PLANS; and WHEREAS, CITY entered into an Agreement with ENGINEER dated June 27, 1986, to perform the professional engineering services; and WHEREAS, under the terms of the Agreement with CALTRANS, said Agreement with ENGINEER was submitted and then disapproved by CALTRANS; and WHEREAS, CITY and ENGINEER desire to terminate the Agreement dated June 27, 1986 and enter into a new Agreement; NOW, THEREFORE, in consideration of these premises, the parties hereto agree as follows: I. TERMINATION OF PREVIOUS AGREEMENT The Agreement between CITY and ENGINEER entitled "Agreement for 1 of 15 t 0 �i Professional Engineering Services for Coast Highway (SR1) Widening Newport Boulevard (SR55) to Westerly of Orange Street" dated June 27, 1986, is hereby terminated. II. GENERAL A. Time is of the essence in this Agreement. B. The term of this Agreement shall commence on the day this Agreement is made and entered into, and shall terminate one year hence unless terminated earlier as set forth herein or extended by mutual consent of the par- ties. C. No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated herein, shall be binding on any of the parties hereto. D. The consideration to paid ENGINEER as provided herein, shall be in compensation for all of ENGINEER's expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided. E. CITY engages ENGINEER to perform the services hereinafter described in Exhibit "A" for the compensation herein stated. F. ENGINEER agrees to perform said services upon the terms and conditions hereinafter set forth. G. ENGINEER represents that it employs, or will employ, at its own expense, all personnel required in performing the services required under this Agreement. H. 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. I. ENGINEER shall comply with all Federal, State and local laws and ordinances applicable to the work. J. ENGINEER warrants and guarantees that all services hereunder shall be provided in a manner commensurate with the highest professional stan- dards and shall be performed by qualified and experienced personnel. III. ENVIRONMENTAL PROTECTION ENGINEER is required to comply with all applicable standards, orders or requirements issued under Section 3067 of the Clean Air Act (42 U.S.C. 2 of 15 0 i 1857 (h)), Section 508 of the Clean Water Act (33) U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15) which prohibit the use under non - exempt Federal contracts, grants or loans of facilities included on the EPA List of Facilities. Violations shall be reported to the Federal Highway Administration and to the U.S.E.P.A. Assistant Administrator for Enforcement. IV. SAFETY ENGINEER shall comply with OSHA regulations regarding shoring and other necessary safety equipment or procedures. ENGINEER shall comply with safety instructions issued by the CITY or its designee. Crew members shall wear hard hats and orange safety vests at all times while working on site. ENGINEER shall conduct weekly safety meetings throughout the period of field work; all crew members shall attend. Personal safety equipment shall be provided by ENGINEER. V. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, ENGINEER hereby swears under penalty of perjury that no final unappealable finding of contempt of court by a Federal Court has been issued against ENGINEER within the immediately preceding two -year period because of ENGINEER's failure to comply with an order of a Federal Court which orders ENGINEER to comply with an order of the National Labor Relations Board. VI. SERVICES TO BE PERFORMED BY ENGINEER A. ENGINEER hereby agrees to perform all the services as outlined in EXHIBIT "A" attached hereto and by this reference made a part hereof. B. ENGINEER will make all personnel assigned to this Agreement available to testify, if necessary, at public hearings on subject matter dealt with in this Agreement. VII. DUTIES OF CITY CITY hereby agrees to supply ENGINEER all information, materials, data, reports, records and maps as are existing and available from 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: Plans. A. Mylar plan and profile or plan sheets for the preparation of 3 of 15 r • • B. Consultation with ENGINEER as required to accompish completion of the Plans. VIII. OWNERSHIP OF DOCUMENTS All products used or developed in this project will remain in the public domain becoming the property of CALTRANS at the completion of this pro- ject. All survey notes, sketches, plans, specifications and other data prepared shall be delivered to CITY. There shall be no restriction or limitation of their further use. No material prepared in connection with the project shall be subject to compyright in the United States or in any other country. IX. CONFIDENTIALITY OF DATA A. All financial, statistical, personal, technical or other data and information relative to CITY's or CALTRANS' operations, which is designated confidential by CITY or CALTRANS, and made available to ENGINEER in order to carry out this Agreement, shall be protected by ENGINEER from unauthorized use and disclosure through the observance of the same or more effective procedural requirements as are applicable to CITY or CALTRANS. B. Permission to disclose information on one occasion or public hearing held by CITY or CALTRANS relating to the PROJECT shall not authorize ENGINEER to further disclose such information or disseminate the same on any other occasion. C. Each subcontract shall contain provisions similar to the foregoing related to the confidentiality of data and nondisclosure of the same. D. ENGINEER shall not issue any news release or public relations item of any nature whatsoever regarding work performed or to be performed under this contract, without prior review of the contents thereof by CITY or CALTRANS and receipt of CITY's and CALTRANS' written permission. X. PATENT RIGHTS Patent rights to any invention, improvement, or discovery conceived or for the first time actually reduced to practice by the ENGINEER or its employees, in the course of, in connection with, or under the terms of this Agreement shall be wholly owned by the CITY or CALTRANS. XI. COPYRIGHT All reports, project maps, and other documents prepared in connec- tion with the PROJECT and funded in whole or part by CITY shall contain a stan- dard notice that the materials were prepared under a contract with the CITY. 4 of 16 P 0 CITY shall have unrestricted authority to publish, disclose, distribute, and otherwise use in whole or in part such documents. In addition, no material pre- pared in connection with the PLANS shall be subject to copyright in the United States or in any other country. XII. WORKERS' COMPENSATION Pursuant to the requirements of Section 1860 of the Labor Code (Chapter 1000, Statutes of 1965), the CONSULTANT will be required to secure the payment of workers' compensation to his employees in accordance with the provi- sions of Section 3700 of the Labor Code. XIII. INSURANCE A. ENGINEER shall furnish certificates, prior to commencement of the work described herein, showing insurance in force as follows: 1. Public Liability and Property Damage insurance in an amount not less than One Million Dollars ($1,000,000) per occurrence. 2. Architect's and /or Engineer's Professional Liability insurance in an amount not less than One Million Dollars ($1,000,000). 3. Valuable Papers insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes, computations, memoranda, reports, or other similar data relating to the work of the ENGINEER used in the completion of the PROJECT. B. Excepting the Professional Liability coverage, insurance cer- tificates shall name both the ENGINEER, the CITY, and the State as insureds. XIV. ENGINEER IN CHARGE GAIL PICKART is designated the Engineer -in- Charge on behalf of the ENGINEER. CITY reserves the right to approve any substitution of the Engineer -in- Charge. ENGINEER's key personnel as indicated in their Statement of Qualifications (Attachment A) may not be substituted without CITY's prior writ- ten approval. In the event of termination of the Engineer -in- Charge, the designated replacement shall be a licensed Civil Engineer in the State of California. XV. PROJECT MANAGER A. CITY hereby designates John Wolter as Project Manager, and hereby delegates to said Project Manager the authority to manage and coordinate this Agreement. The Project Manager is responsible for review and approval of ENGINEER's monthly invoices. The Project Manager will be available for advice 5 of 15 and comment on all work under this Agreement. He shall meet with ENGINEER and its subcontractors to discuss ENGINEER's and subcontractors' progress and to give guidance. B. ENGINEER and its subcontractors agree that the Project Manager will have full access to information regarding this project so that the Project Manager's role may be carried out. ENGINEER and its subcontractors will honor reasonable requests from the project Manager for information pertaining to the technical aspects of the PROJECT. C. CITY will provide sufficient staff engineering assistance to allow effective coordination with the ENGINEER. This assistance shall take the form of providing ENGINEER information when problems are identified in meeting the objectives of the work, monitoring progress toward meeting these objectives, and other more general liaison functions necessary in administering the Agreement. XVI. CALTRANS STAFF A. CALTRANS staff will be permitted to work side by side with ENGINEER staff to the extent and under conditions that may be directed by Project Manager. In this regard, CITY or CALTRANS staff will be given access to all data, working papers, etc., which ENGINEER may seek to utilize. B. ENGINEER will not be permitted to utilize CITY or CALTRANS per- sonnel for the performance of services which are the responsibility of ENGINEER unless such utilization is previously agreed to in writing by the Project Manager, and any appropriate adjustment in price is made. No charge will be made to ENGINEER for the services of CITY or CALTRANS employees while performing coordinating or monitoring functions. XVII. TERMINATION A. CITY may terminate this Agreement at any time for its own con- venience 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 such, at the option of the 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 6 of 15 11 Proposal (Exhibit B), but not to exceed the maximum fee set by this Agreement under Section XXIV, FEE SCHEDULE AND PAYMENT. B. CITY may, by written notice to ENGINEER, terminate 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 2. If ENGINEER fails to perform the services called for by this Agreement or so fails to make progress as to endanger performance 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 of time as CITY may authorize in writing) after receipt of notice from CITY specifying such failure. C. ENGINEER agrees that if because of death or any other occurrence it becomes impossible for any principal or employee of ENGINEER to render the services required under this contract, neither the ENGINEER nor the surviving principals shall be relieved of any obligation to render complete per- formance. However, in such event, CITY may terminate this Agreement if it con- siders the death or incapacity of such principal or employee to be a loss of such magnitude as to affect the ENGINEER's ability to satisfactorily complete the performance of this contract. D. ENGINEER and all successors, executors, administrators and assigns of ENGINEER's interest in the work or the compensation herein provided shall be bound to CITY to the full legal extent to which ENGINEER is bound with respect to each of the covenants of this contract. E. In the event proceedings in bankruptcy are commenced against ENGINEER, ENGINEER is adjudged bankrupt or a receiver is appointed and quali- fies, then CITY may terminate this Agreement and all further rights and obliga- tions hereunder, by giving five days notice in writing in the manner specified herein. It is recognized by the parties that equipment purchased by ENGINEER or CITY for this PROJECT shall have lien rights held in the name of the CITY which shall retain lien rights until ENGINEER either returns said equipment to CITY or purchases it as is provided by the terms of this Agreement. XVIII. DISPUTES A. Except as otherwise provided in this Agreement, any dispute concerning a question of fact arising under or relating to the performance of 7 of 15 , 9 0 this Agreement which is not disposed of by agreement shall be decided by CITY's Public Director of Public Works, who shall reduce his decision to writing in regard to the dispute and shall transmit a copy thereof to ENGINEER. The deci- sion of the Director shall be final and conclusive unless, within thirty (30) days from the date of receipt of such copy, ENGINEER transmits to CITY a written appeal. Said appeal shall be supported with specificity. In connection with any appeal proceeding under this clause, ENGINEER shaall be afforded an oppor- tunity to be heard before the State and to offer evidence in support of its appeal. B. Neither the pendency of a dispute nor its consideration by the Director will excuse ENGINEER from full and timely performance in accordance with the terms of the Agreement. XIX. COORDINATION ENGINEER shall work closely and cooperate fully with the Project Manager or his designated representative and CALTRANS. The Project Manager or his designated representative shall constantly review and give his approval of the details of the work as it progresses, subject to overall review by CALTRANS. Reviews and inspection of the work may be made by CITY and CALTRANS at reasonable times during the performance period of this Agreement. XX. NOTIFICATION All notices hereunder and communications regarding interpretation of the terms of this Agreement and changes thereto shall be effected by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid and addressed as follows: FNr TNFFR .Robert Bein, William Frost and Assoc Attn: Gail Pickart, Vice President P. 0. Box 2590 1401 Quail Street Newport Beach, CA 92658 -8984 8 of 15 CITY City of Newport Beach Public Works Director P.O. Box 1768 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Copy to: Mr. W. 0. Weldele Project Development Branch B CALTRANS, District 7 P. 0. Box 2304 Terminal Annex Los Angeles, CA 90041 XXI. TIME OF COMPLETION The work required as set forth in Exhibit "A" shall commence within ten (10) calendar days of CITY's written Notice to Proceed and shall be completed in accordance with the Schedule attached hereto as Exhibit "C" con- tingent upon actual review and approval time requirements. 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 any time by reason of strikes, acts of God, the public enemy, fire, flood, epidemics, quarantine restrictions, 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 justification 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 calim against CITY for additional com- pensation. 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 compensation on account of such delay. XXII. BUDGET DISCLAIMER A. It is mutually understood between the parties that this Agreement may have been written before ascertaining the availability of congressional appropriation of funds for the mutual benefit of both parties in order to avoid program and fiscal delays which would occur if the Agreement were executed after that determination was made. B. Should funds not be appropriated by the California State Legislature for the fiscal years covered by this Agreement, CITY shall exercise its option to terminate this Agreement. 9 of 15 XXIII. NO REIMBURSEMENT FOR COST PRIOR TO NOTICE TO PROCEED ENGINEER may not commence performance until the Agreement has been approved by CITY and a separate written Notice to Proceed is received by ENGINEER. No payment shall be made prior to these approvals nor for any work performed prior to these approvals. XXIV. FEE SCHEDULE AND PAYMENT The basis of payment for the services provide under this Agreement shall be cost - plus -a -fixed -fee. A. CITY shall reimburse ENGINEER for actual costs (including labor costs, employee benefits, overhead and other direct costs) incurred by ENGINEER in performance of the work, in an amount not to exceed exclusive of any fixed 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 XXIII.A above, CITY shall pay ENGINEER a net fee of Thirty -one Thousand Five Hundred Thirty Dollars ($31,530). Said fixed fee shall not be altered unless thereis signifi- cant alteration in the scope, complexity or character of the work to be per- formed. C 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 ENGINEER's headquarters which is hereby designated as Newport Beach, 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 Stae Board of Control rules and regulations. D. Total expenditures made under this Agreement including the fixed fee shall not exceed the sum of Three Hundred Ninety -four Thousand Five Hundred Forty -five Dollars ($394,545). E. ENGINEER agrees that the Contract Cost Principles and Procedures, CFR 48, Federal Acquisition Regulations System, Chapter 1, Part 31, shall be used to determine the allowability of individual items of cost. ENGINEER also agrees to comply with Federal procedures in accordance with Office of Management and Budget Circular A -102, Uniform Administrative Requirements for Grants -in -Aid to State and Local Governments. 10 of 15 0 F. The direct labor rates, overhead and employee benefit percen- tages set forth in Exhibit "B" are effective for the period of July 1986 through through July 1987. The direct labor rates, overhead and employees' benefit per- centages are subject to review and update on an annual basis by ENGINEER. Such updates shall be subject to CALTRANS and FHWA approval for those portions of the work performed under this Agreement taking place after December of 1987. The new rates and percentages shall be used to readjustthe total not to exceed fee for those portions of the work not accomplished by December of 1987. G. CITY agrees to pay 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 incurred in the per- formance of this Agreement plus a pro -rata portion of the fixed fee as described in Paragraph B above. 2. Invoices must be accompanied by written progess reports which describe the work performed in the period covered by the invoice. 3. CITY shall withhold ten percent (10 %) of each progress payment. This retention will be paid upon satisfactory completion of the Agreement, including acceptance and approval by CALTRANS of all reports, plans, and other products to be provided by ENGINEER. 4. Promptly after the receipt of each invoice but in no event later than thirty (30) days after this receipt and approval, CITY shall make a partial payment based on the invoice amount less ten percent (10 %) retention of allowable costs. XXU. EQUIPMENT PURCHASE A. Any equipment purchased as a result of this Agreement is sub- ject to the following: ENGINEER shall maintain an inventory of all nonexpen- dable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $150 of more. If the purchased equipment needs replacement and is sold or traded in, CITY shall receive a proper refund or credit. At the conclusion of the contract or if the contract is terminated, the ENGINEER may either keep the equipment and credit the CITY in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established CITY procedures. If the ENGINEER elects to keep the equipment, fair market value 11 of 15 shall be determined on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to the CITY and the ENGINEER. If it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by the CITY. B. Prior authorization in writing by the CITY shall be required before ENGINEER enters into any non - budgeted purchase order or subcontract exceeding $100 for supplies, equipment or consultant services. The ENGINEER shall provide an evaluation of the neccesity or desirability of incurring such costs. For purchase of any item, service or consulting work not covered in the ENGINEER's proposal and exceeding $500, three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. XX4I. ANTITRUST ACTIONS ENGINEER's attention is directed to the following provision of Government Code Sections 4551 and 4552 (Stats. 1978, Ch. 414) which shall be applicable to the ENGINEER and its subcontractors on public works contracts or to the bidder on consultant contracts for the purchase of goods, materials or services: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the Contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act [Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code], arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Contractor without further acknowledgement by the parties. "In submitting a bid to a public body, the bidder agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act [Chapter 2 (commencing with Section 16700) 12 of 15 of Part 2 of Division 7 of the Business and Professions Code], arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder." XXVII. 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 between 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 imme- diately, execution of the supplemental authority covering such changes shall be accomplished as soon as practicable. XXVIII. HOLD HARMLESS ENGINEER shall save harmless the CITY and STATE, their officers, agents, and employees from all claims and liability due to the negligent acts of ENGINEER, subcontractors, agents and employees of ENGINEER and his subcontractors. XXIX. SUBCONTRACTS ENGINEER shall not subcontract any portion of the work required by this Agreement, except as expressly stated in Exhibit "B" without prior written approval of CITY. Upon termination of any subcontractor, CITY shall be imme- diately so notified in writing. All terms and conditions of this Agreement shall be applicable to any subconsultant whose cost exceeds Ten Thousand Dollars ($10,000). XXX. RECORDS AND REPORTS ENGINEER and any subcontractor to ENGINEER agree to maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred. ENGINEER and any subcontractor to ENGINEER agree to make these materials and ENGINEER's records supporting costs available at their respective offices at all reasonable times during the performance of this Agreement and for four years from the date of final payment made by CITY to its construction contractor for this PROJECT. CITY, CALTRANS, the State Auditor General, the Federal Highway Administration, the General Accounting Office, or any other 13 of 15 i • aut¢orized representative of the Federal Government shall have access to any books, records and documents of ENGINEER and its subcontractors that are per- tinent to the contract for audits, examinations, excerpts and transactions, and copies thereof shall be furnished if requested. XXXI. NON- SOLICITATION WARRANTED ENGINEER warrants, by execution of this Agreement, that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, bro- kerage, or contingent fee, excepting bona fide employees or bona fide estab- lished commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY shall have the right to annul this Agreement without liability, pay only for the actual cost of the work actually peformed, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. XXXII. 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 transac- tion, 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 interest under applicable laws. ENGINEER hereby convenants 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. XXXIII. CONGRESSIONAL CONFLICT OF INTEREST Interest of members of or delgates to Congress shall be restricted as follows: No member of or delegate to the Congress of the United States nor 14 of 15 I any Resident Commissioner shall be admitted to any share or part of this Agreement or to any benefit arising therefrom. XXXIV. NONDISCRIMINATI ENGINEER agrees to comply with the provisions of Appendix A and agrees that Appendix A shall be made applicable to any subcontract in excess of Ten Thousand Dollars ($10,000). XXXV. ASSIGNMENT This Agreement shall be binding on the successors and assigns of the parties, but it shall not be assigned either in whole or in part by ENGINEER without the prior written consent of CITY. XXXVI. CONTRACTUAL RELATIONSHIP ENGINEER, and the agents and employees of ENGINEER in the perfor- mance of this Agreement, shall act in an independent capacity and not as offi- cers or employees or agents of CITY or CALTRANS. IN WITNESS WHEREOF, said parties have executed this Agreement as of the date and year first above written. ATTEST: City Clerk CITY OF NEWPORT BE a municipa,j corpor f W: APP VED AS TO FORM: By; City Attorney Address and Phone: CITY OF NEWPORT BEACH 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 (714) 644 -3311 ROBERT BEIN, WILLIAM FROST AND ASSOCIATES 1401 Quail Street P. 0. Box 2550 Newport Beach, CA 92658 -8984 (714) 833 -0070 15 of 15 0 0 SCOPE OF ENGINEERING SERVICES PACIFIC COAST HIGHWAY (PCH) WIDENING NEWPORT BLVD. (S.R. 55 TO W'LY OF ORANGE STREET) CITY OF NEWPORT BEACH EXHIBIT "A" TASK DESCRIPTION A. Research, Investigation & Review 1. Collect and review right -of -way documents and "as- built" plans for the existing improvements along Coast Highway. 2. Conduct a field review with ground photo inventory and provide an analysis necessary to ensure that the record plans accurately represent the existing conditions. 3. Review right -of -way requirements including slope easements, construction easements and reference documents. B. "Conceptual" Geometric Design Plans 1. Prepare geometric plans (I " =501) from aerial topographic map which detail lane widths, right -of -way requirements, joins to existing and proposed improvements. For this proposal, we anticipate that for the purpose of the design concept approvals, a concept plan should be prepared on a single 'roll mylar. The base plans prepared as a result of this task will be utilized to develop final design plans. 2. Prepare geometric plan (1" =201) for the Newport Boulevard (Arches Interchange) ramp design and joins. 3. Prepare geometric plan (1" =201) for the Superior Avenue /Balboa Boulevard /Coast Highway intersection, including all turning and through lanes. 4. Prepare geometric plans (1" =20) for the intersections at Prospect Street and Orange Street, including all turning and through lanes. 5. Prepare typical sections. I C. Field Survey & Aerial Topographic Mapping Perform aerial topographic mapping services to prepare aerial topography at a scale of 1 " =50' suitable for enlargement to 1 " =20' scale with a one -foot contour interval for plan base sheets. Perform field survey to (1) edit the aerial topography; (2) - :btain additional mapping data including field culture; (3) cross sections; (4) spot elevations as necessary; and (5) potholed utility location survey. D. Soils, Geotechnical Pavement Investigation 1. Soils & Geotechnical Investigation Conduct detailed soils and geotechnical investigation necessary to recommend new pavement sections, evaluate existing pavement sections, excavation, fill, compaction, ground water conditions, bearing pressures for foundation and wall designs, slope stabilization, and other information as required. 2. Pavement Testing Analyze existing pavement on PCH for the approximately 1.7 mile length by deflection testing. Core existing pavement to deter- mine existing street sections and overlay thickness requirements. Core locations should utilize proposed median areas when possible. Traffic index requirements and new pavement section criteria are to be provided by CalTrans. Prepare Traffic Control Plans to accommodate coring and deflection testing within PCH. E. Utility Research & Notification A detailed utility research will be conducted by CalTrans. From the information provided by CalTrans, review and compile information. Prepare utility plans at 1" =50' scale showing locations of existing utilities in accordance with CalTrans Policy Overhead and Under- ground Utilities on State Highways. Identify locations of potential conflicts between utilities and planned improvements, including high risk facilities. Special attention should be given to the proposed storm drain crossingE within the highway. RBF will be responsible for determining locations of sewer and storm drainage installations from "as- built" information. CalTrans will arrange for potholing of utilities by the respective owners and provide precise locations for inclusion on the plans. RBF will provide survey to locate potholed utilities. CalTrans will coordinate with the utility companies affected by the project including preparation and issuance of appropriate utility notifications and related follow -up. Notifications shall consist of the following: Utility Information Request - Ask utility for location, size, etc., of its facilities within project limits. This notice is forwarded concurrent with commencement of design. Identify Relocate Notice Locations - In the event relocation of utilities is indicated, identify utilities to be relocated and provide information to the City of Newport Beach for their processing of relocate notices. Notice to Relocate - Prior to project bidding, assist City in the preparation of notices to relocate for transmittal to affected utility agencies, as previously identified, requesting immediate relocation in accordance with the previously determined agreed upon schedule. F. Right -of -Way Investigation & Legal Descriptions Review (1) title report and assessor maps; (2) record maps; (3) centerline monuments supplied by City /CalTrans and determine centerline alignment and right -of -way widths; and (4) prepare right -of -way base maps, appraisal maps, record maps, legal descrip- tions and other documents necessary to obtain right -of -way, slope easements and construction easements in accordance with criteria established by CalTrans. Right -of -way work will be coordinated with and completed to CalTrans approval. CalTrans is to acquire the necessary right -of -way and easements. For the purpose of this proposal, a maximum of four (4) legal descriptions have been allocated as well as an additional five (5) corner cutoff descriptions. G. Sound Wall 1. Preliminary Plans & Exhibits Prepare a maximum of two (2) exhibits to provide coordination with property owners to accommodate the aesthetic considerations of the community. Estimated Plan Sheets: 2 2. Design Plans In accordance with the Environmental Impact Statement and CalTrans Noise Study, prepare plans necessary to construct six to eight foot high sound wall adjacent to the south side of highway. Due to a limited area available for construction, alternative methods for wall foundation construction may be necessary at various locations. Sound attenuation requirements will incorporate the recommendations indicated in the draft EIS and CalTrans Noise Study for the project. (Report No. FHWA -CA- EIS- 85 -02 -D ) Locations and heights of walls to be shown on roadway improvement plans with profile details to be included on separate sheets. Estimated Plan Sheets: 7 6 0 H. Drainage 1. Preliminary Drainage & Hydrology Study Review CalTrans preliminary drainage studies as well as other studies for the area, including the Arches Interchange. Prepare hydrology and preliminary drainage study to determine feasibility of alternate drainage systems to replace the existing ditches along the north side of the highway. West of Superior Avenue, the drainage system may involve a pressure conduit below the sidewalk. East of Superior Avenue, the drainage system will require investigations to determine the feasibility of crossing the highway near Newport Boulevard and outletting into the Bay. For the purpose of this proposal, five (5) drainage areas are assumed to be tributary to the project area. 2. Upon selection of an option and CalTrans approval, prepare plans for the required drainage system sized to meet the hydraulic requirements of CalTrans. For the purpose of this proposal, we anticipate that approximately 8000 LF of storm drainage system would be needed. Estimated Plan Sheets: 13 I. Traffic Signal and Street Lighting Prepare plans for the new traffic signal at Newport Boulevard and modifications at Superior Avenue /Balboa Boulevard, Prospect Street and Orange Street. Prepare street and safety lighting plans. Plans shall be prepared by a traffic engineer licensed in the State of California. 1. Preparation of traffic signal plans and documents Preparations of traffic signal plans will be at the following locations: a. Coast Highway at Newport Boulevard southbound ramps (new signal) . b. Coast Highway at Balboa /Superior (modification). C. Coast Highway at Prospect (modification) . d. Coast Highway at Orange (modification). During construction of traffic control system phasing, two each temporary traffic signal modifications will be necessary at above locations b, c, and d. Preparation of these plans are included in Task J -(1). It is anticipated that four (4) 20 scale signal plan sheets and one (1) signal detail sheet will be required. CalTrans Standard 0 0 Specifications and Standard Plans will be utilized in preparation of contract plans and special provisions. Probable engineer's construction estimate will be provided for each signal location. Estimated Plan Sheets: 5 Not included in the scope of work is possible preparation of ramp metering systems at the Coast Highway and Newport Boulevard interchange. 2. Preparation of street lighting plans, traffic signal interconnect and documents [From points a thru d as described in Task I -(1)j Street light plans will be prepared for Coast Highway from Newport Boulevard to the Santa Ana River bridge. These plans will be prepared in accordance with City of Newport Beach Standards and will include electrical circuit diagram plan sheet(s). It is anticipated that six (6) 50 scale plan sheets will be necessary, including the electrical circuit diagram plan sheet(s). Contract special provisions and bid item quantities and probable engineers construction estimates will be provided in accordance with CalTrans methods and format. Estimated Plan Sheets: 6 3. Preparation of Coast Highway and Newport Boulevard interchange lighting plans and documents This task will involve preparation of interchange lighting modification plans in accordance with CalTrans Highway Design Manual and Standard Specifications and Plans. Included in this task is preparation of an electrical circuit diagram plan sheet. It is possible that three (3) 50 scale plan sheets will be necessary, including the electrical circuit diagram sheet. Contract special provisions and bid items quantities and probable engineers construction estimates will be provided, using CalTrans methods and format. Estimated Plan Sheets: 3 J. Signing, Striping and Detour Plans Prepare signing and striping plans for the project, including joining to the existing and proposed roadway west of Orange Street. Prepare necessary detour and traffic control plans for planned phases of construction. Plans shall be prepared by a traffic engineer licensed in the State of California. 1 Prepare 50 scale construction traffic control system plans and documents This task is established as the initial task to be performed by HKA since it is the key to performing construction methods, phasing, and preparation of other task(s) plans and documents. It is intended that a construction phasing and traffic control system "Concept Plan & Procedure" be prepared and discussed in as much detail as possible, prior to performing other design tasks. The "Concept" will be prepared on a base aerial layout of the project construction limits. RBF or agencies involved in the project will provide HKA with a reproducible base layout for preparation of the "Concept Plan & Procedure ". After tentative approval by City of Newport Beach and CalTrans, the "Concept Plan & Procedure" will be used to prepare formal construction traffic control system plans and documents. During the design phase, problems encountered in conforming to the "Concept Plan & Procedure" will be coordinated with all concerned parties. It is anticipated that eight (8) 50 scale traffic control system plans including sign /striping will be necessary for Coast Highway, three (3) 50 scale plans for Coast Highway and Newport Boulevard interchange, and one (1) general notes and detail sheet. In addition to these plans, six (6) 20 scale temporary traffic signal traffic control system plans will be necessary. Utilization of CalTrans Manual of Traffic Controls (1985), Standard Plans, and Standard Specifications will provide the necessary guidelines and standards for construction contract plan and document preparation, CalTrans will provide at no cost, full size reproducible copies of traffic control system standard plans T10 through T14 for use in contract prepration. Initial review of the project's construction intent concluded that the Coast Highway Widening could be done in three (3) phases: a. Widening on the north side of Coast Highway by restriping all present lanes southerly of their existing locations. b. Construction of the ultimate curbed median by lane closure of the ultimate number one lanes of the 6 -lane divided street. C. Resurfacing of all existing lanes. It is anticipated that existing traffic signals on Coast Highway at Balboa /Superior, Prospect, and Orange will require temporary modifications during each construction phase. This can be accomplished by use of temporary wood pole signal installations with overhead wiring. Traffic control system phasing of construction at the Coast Highway and Newport Boulevard • • interchange may necessitate route plans to connecting circulation facilities. It is estimated at this time that approximately eighteen (18) plan sheets (22 "x36" CalTrans contract mylars) of 50 scale traffic control system plans will be required. This 'r.cludes an estimated six (6) 20 scale plan sheets. Other standard traffic control system plans will consist of five (5) CalTrans full size Standard Plan sheets T10 -T14 and one (1) temporary wood signal installation detail sheet. Contract specifications and bid item quantities and probable engineer's construction cost estimates will be provided in accordance with CalTrans methods and format. Estimated Prepared Plan Sheets: 18 Estimated Standard Plan Sheets: 6 2. Prepare traffic signing and striping plans and documents This task will be to document "existing" conditions of sign /striping in order to determine sign /striping changes during the "traffic control system" phasing "concept plan & procedure" prepared in Task 1. Necessary sign /striping plans will be prepared at 50 scale for the "ultimate" condition on Pacific Coast Highway, Newport Boulevard, Orange Street, Prospect Street, and the ramp interchange. CalTrans' Standard Plans A20 -A and B will be utilized to document necessary striping details. CalTrans' "Traffic Manual" will be utilized to document signature. It is anticipated that nine (9) plan sheets for signing and striping, quantities, and details will be required for "ultimate" condition documentation. Interim plans or signing and striping plan sheets during construction phasing, are included in Task 1. Construction specifications and bid item quantities and probable engineer's construction estimate will be provided in accordance with CalTrans methods and format. Not included in this task is possible preparation of directional signage attached to the bridge structure at Coast Highway and Newport Boulevard interchange. Estimated Plan Sheets: 9 K. Landscaping Median landscape and irrigation plans shall be prepared by a licensed landscape architect. Coordinate selection of plant material with CalTrans and the City's Parks, Beaches and Recreation Department. 1. Preliminary Design Phase • 0 a. Prepare Preliminary Design Plans and Exhibits at 20 scale with typical sections and details for review and approval by CalTrans and City of Newport Beach for landscaping of medians. b. Coordinate with City of Newport Beach, property owners, and CalTrans to accommodate landscape treatment adjacent to proposed sound attenuation walls on the southerly side of PCH. For the purpose of this proposal, irrigation for the parkway landscape areas will be assumed to be a separate system and maintained by the homeowners. 2. Final Plans Prepare plans based on the approved preliminary design plans. These plans will include the following: a. Hardscape Design (within medians) - (20 scale) b. Irrigation Design - (20 scale) C. Planting Design - (20 scale) d. Landscape Construction, Irrigation & Planting Details - (10 scale) e. Planting & Irrigation Specifications Estimated Plan Sheets: 18 L. Coordination and Meetings with Adjacent Property Owners Coordinate with adjoining property owners for compatible design and phasing of construction with existing improvements. Special attention is needed to join the existing commercial improvements in West Newport as well as for the sound wall aesthetics. For budgetary purposes, a maximum of eighty (80) manhours with property owners has been allocated, M. Prepare Roadway Improvement Construction Drawings The final design and construction drawings shall incorporate the previously approved geometric design prepared as a part of Task B and all mitigation measures addressed in the EIS. The consultant will have to review the EIS to insure that the mitigation measures are adequately incorporated in the final design. Completion of the plans will also involve coordination with Huntington Beach, Orange County and CalTrans. The consultant will be required to include applicable comments necessary to obtain the CaITrans approval. Improvement Plans will include the following items: - Roadway Plans at 1 " =50' Scale (includes topography, utilities, removals and demolition) - Estimated Plan Sheets: 10 - Intersection Detail Plans at 1 " =20' Scale for the intersections at 1) Newport Boulevard Interchange; 2) Superior Avenue /Balboa Boulevard; and 3)Prospect Street, and 4) Orange Street. - Estimated Plan Sheets: 4 - Typical Cross Sections and Details (includes details for streets and sound walls). - Estimated Plan Sheets: 4 - Horizontal Control Plans at P =50' Scale - Estimated Plan Sheets: 4 N. Prepare Construction Specifications The specifications shall be written to conform with FHWA, CalTrans and City requirements. O. Prepare Construction Cost Estimate Prepare a detailed construction cost estimate for the project. P. Coordination and Meeting Attendance with CalTrans, Orange Coun Provide the necessary coordination with CalTrans personnel. This item shall include monthly progress reports as well as the development of and meeting of the target dates set up for the following submittals: - Plans for Geometric Approval - Plans for Utility Approval - Plans for Landscape Approval - Plans for Traffic Approval - Plans for Traffic Handling - Landscape PS & E - Traffic PS & E - Design PS & E Work under this item shall be performed on a time and materials basis and shall include agency presentations beyond normal processing of plans and consultation with CalTrans staff by telephone. For budgetary purposes, a maximum of 12 meetings with CalTrans has been allocated. Q. Bidding Process (Budget Item Only) Prepare a master for bid proposal documents suitable for reproduction. Assist the City during the bidding process. Provide a separate fee. R. Consultation (Budget Item Only) Provide consultation during construction. Provide a separate fee including shop drawing and shoring plan review. S. As -Built (Budget Item Only) Prepare as -built construction drawings. Provide a separate fee. "As- built" information is to be provided by the City of Newport Beach /CalTrans. T. Reproductions Reproductions shall be provided as necessary to complete the project. They shall be provided at their cost, with an estimate provided and the understanding taken that the cost over this amount must be approved in order to be eligible for reimbursement. EXHIBIT "B" COMPENSATION Estimated Task Manhours Estimated Fee A. Research, Investigation & Review 80 3,600 B. "Conceptual" Geometric Design Plans 400 16,800 C. Field Survey & Aerial Topographic Mapping 1. Field Survey 290 12,800 2. Aerial Topography 14,200 3. Potholed Utility Location Survey 35 1,750 D. Soils, Geotechnical Investigation & Pavement Testing 1. Soils & Geotechnical 36,000 2. Pavement Testing & Traffic Control 14,500 E. Utility Research & Notification 70 2,800 F. Right -of -way Investigation & Legal Descriptions 130 5,800 G. Sound Wall 1. Exhibit Preparation 60 3,000 2. Design Plans 310 14,000 H. Drainage 1. Conceptual Preliminary Plans & Hydrology 425 18,000 2. Final Design Drainage System 750 35,115 1. Traffic Signal & Street Lighting 1. Traffic Signal Plans & Documents 200 10,600 Estimated Estimated Task, Manhours Fees 2. Street Lighting & Traffic Signal Interconnect Plans & Documents a. Street Light Plans 185 10,500 b. Traffic Signal Interconnect Plans 45 2,800 3. Coast Hwy & Newport Blvd. Interchange Lighting Plans & Documents 130 6,600 J. Signing, Striping & Detour Plans 1. Const. Traffic Control Sys. Plans & Documents 485 26,840 2. Traffic Signing & Striping Plans & Documents 265 14,850 K. Landscaping 1. Preliminary Design Phase 110 5,400 2. Final Plans 340 17,000 L. Coordination and Mtg. with Adjacent Property Owners 80 4,800 M. Prepare Roadway Improvement Final Const. Drawings 1,500 67,500 N. Prepare Const. Specifications 100 5,790 O. Prepare Const. Cost Estimate 80 4,000 P. Coordination & Mtg. Attendance w /Caltrans, County of Orange and Huntington Beach 240 14,500 Q. Bidding Process (Budget Item Only) 40 2,500 R. Construction Consultation (Budget Item Only) 200 11,000 S. As -Built Plan Preparation As -Built Documentation to be provided by the City of Newport Beach. (Budget Item Only) 350 17,500 9 T. Reproductions Total Contract Item Fees (Items A thru P & T) Total Budget Item Fees (Items Q thru S) Total Budget 25,000 $394,545 31,000 $425,545 Compensation for the Engineering Plans and Contract Documents will be based on the charges up to the "not -to- exceed" amount of $369,545 (excluding reproductions) as shown on the following Exhibits "B -1" through "B -5". A budget amount of $25,000 is shown to cover the reimbursable cost of reproductions bringing the total contract amount to $394,545. Subconsultants performing speciality work on this project and associated costs to provide these services are as follows: Sub - Task /Item Description consultant Estimated Fee D. Soils, Geotechnical Investigation & Pavement 1. Soils & Geotechnical 2. Pavement Testing/ Traffic Control I. Traffic Signal & Street Lighting 1. Traffic Signal 2. Street Lighting 3. Interchange Lighting J. Signing, Striping & Detour Plans K. Landscaping Woodward Clyde Consultants LaBelle -Marvin Consultants Herman Kimmel & Associates Herman Kimmel & Associates William Yokom $36,000 $14,500 $10,600 $13,300 $ 6,600 $41,690 $22,400 It is understood that the City of Newport Beach will provide RBF with all available data and information, such as survey ties, bench marks, previously approved improvement plans and "as- built" improvement drawings as required 0 w for completion of the work. Further, it is understood that CalTrans will be responsible for inspection, control of construction payment to the Contractor, and furnishing plans and specifications to the Contractor. Any work relating to monumentation construction surveying, utility potholing or environmental documentation is specifically excluded from the engineering services proposed herein and, if required, must be contracted for CalTrans under separate contract or as an addendum to this contract. Any supplemental work will be accomplished by a separate contract for an additional fee. 0 C` J EXHIBIT "B -1" L ROBERT BEIN, WILLIAM FROST & ASSOCIATES COMPENSATION SUMMARY DIRECT LABOR RATE Principal $ 36.06 Associate 32.21 Project Manager/ Engineer 22.28 Registered Engineer 19.91 Design Engineer 16.94 Senior Draftsperson, /Technician 15.22 Draftsperson 11.14 Survey Crew (per man) 21.00 Weighted Hourly Rate 17.33 DIRECT COSTS (Labor) $17.33/Hr. x 4545 Hours $ 78,765.00 INDIRECT COSTS (Overhead) @ 128% 100,820.00 Subtotal 179,585.00 DIRECT COSTS Printing & Reproductions 18,000.00 Aerial Topography 14,200.00 FEE (Profit) @ 150 31,530.00 TOTAL 243,315.00 Y EXHIBIT "B -1" ROBERT BEIN, WILLIAM FROST & ASSOCIATES OVERHEAD ANALYSIS Percent DIRECT LABOR 100% OVERHEAD Indirect Salaries (Supervision, Clerical, Administration & Training) 22.1% Payroll Related Costs (FICA, Workers Compensation, Health Insurance, Unemployment, Vacation, Holidays, Sick Leave & Bonuses) 44.2$ Profit Sharing Plans Contribution 4.4% Outside Services 5.2% Office Supplies 8.30 Depreciation and Amortization 6.0% Automotive 2.2% Professional Services 1.9% Occupancy 12.4% Insurance 3.3% Telephone 2.5% Dues and Subscriptions 4.1% Repairs and Maintenance 3.8% Travel and Related Expenses 6.8% Miscellaneous 0.8% OVERHEAD TOTAL 128% EXHIBIT "B -2" HERMAN KIMMEL & ASSOCIATES, INC. COMPENSATION SUMMARY DIRECT LABOR Project Engineer Project Manager Staff Engineers Traffic Technicians Draftsperson & Aides Clerical DIRECT COSTS (Labor) $19.49/Hr. x 1310 Hours INDIRECT COSTS (Overhead) @ 149% RATE $ 26.04 23.42 19.95 17.85 13.86 12.92 Weighted Hourly Rate $ 19.49 DIRECT COSTS (Printing & Reproductions) FEE (Profit) $63,605 @ 15$ $25,530.00 38,040.00 Subtotal $63,570.00 4,000.00 9,535.00 Total 77,105.00 EXHIBIT "B -2" HERMAN KIMMEL & ASSOCIATES, INC. OVERHEAD ANALYSIS Percent DIRECT LABOR 100% OVERHEAD Indirect Salaries 68% Payroll Burden 18% Professional and Consultant Fees 4% Communications 4% Occupancy 15% Supplies 4% Business Insurance 9% External Relations Reproduction 4% Travel & Subsistence 2% Auto Expense 8% Data Processing 4% Depreciation 7% Taxes & Licenses Miscellaneous 2% OVERHEAD TOTAL 149% EXHIBIT "B -3" WOODWARD -CLYDE CONSULTANTS COMPENSATION SUMMARY (Including Overhead Analysis) DIRECT LABOR RATE Principal $47.16 Senior Associate 35.55 Associate 31.48 Senior Consultant 38.61 Senior Project 25.54 Project 19.49 Assistant Project 16.78 Senior Staff 14.89 Staff 12.12 Technician 13.69 Technical Typist, Technical Assistant, IIlustrator, Reproduction 12.02 Office Assistant 9.13 Weighted Hourly Rate $24.00 DIRECT LABOR $24.00 /Hr. x 385 Hours $9,240.00 LABOR OVERHEAD @ 146.3% GENERAL & ADMINISTRATIVE @ 15,5% DIRECT COSTS (Printing & Reproductions) (Equipment) FEE (Profit) @ 15% 13,520.00 Subtotal $ 22,760.00 3,530.00 Subtotal $26,290.00 1,000.00 5,000.00 3,940.00 Total $36,230.00 EXHIBIT "B -4" LABELLE - MARVIN COMPENSATION SUMMARY (Including Overhead Analysis) DIRECT LABOR Project Engineer Engineering Technician Draftsperson Clerical Weighted Hourly Rate DIRECT COSTS (Labor) $17.50 /Hr. x 180 Hours INDIRECT COSTS Employer Benefits @ 27% Overhead @ 122.5% Subtotal DIRECT COSTS 1"WAJ1 y $ 26.65 7.27 7.27 10.15 17.50 3,150.00 850.00 3,860.00 7,860.00 Printing & Reproductions 500.00 Equipment & Materials 5,460.00 FEE (Profit) $7,860 x 15% 1,180.00 TOTAL 15,000.00 EXHIBIT "B -5" WILLIAM E. YOCOM COMPENSATION SUMMARY i DIRECT LABOR Principal Landscape Architect Irrigation Specialist Draftsperson Clerical Weighted Hourly Rate DIRECT COSTS (Labor) $18.66/Hr. x 450 Hours INDIRECT COSTS (Overhead) @ 132% DIRECT COSTS Printing & Reproductions FEE (Profit) $17,350 x 150 Subtotal TOTAL 0 RATE $ 25.00 22.00 20.00 16.00 10.00 18.66 8,395.00 11,080.00 19,475.00 500.00 2,920.00 $22,895.00 I EXHIBIT "B -5" WILLIAM E. YOCOM OVERHEAD ANALYSIS TOTAL 132% i Percent DIRECT LABOR 100% OVERHEAD Indirect Salaries 45% Payroll Burden 19% Depreciation 1% Automotive 17% Occupancy 23% Insurance 8% Communications 6% Reproduction 4% Promotional 3% Miscellaneous 2% Office Supplies 4% TOTAL 132% Fi140JECT SCHEDULE City of Newaort beach 4 . 1 rsr; tire i )12 :01:13 ** 06 -24 -M& Research, Investication Geometric Desip_r; Field Survey & Topo (Aerial) Field Topo & Survey (Field) Field Survey & Topo (Potholing) Soils Work Pavement investio -ation Utility Research Utility Research,Potholino Locations Right- of-Way Encineerina Utility base Plan Sound Nall Exhibits Sous Wall Design Drainage (Concept) Drainage (Final) Traffic Signals Lighting_ Signing & Striping- & Detours Concept Sioning & Striping & Detours (Final) Landscapinc (Conceots) Landscaping (Final) Coordination & Mtcs.W7 Prop. Owners Roadway Construction Drawings Construction Specifications Construction Cost Estimates CalTrans /City Plan Review 1st Check Ist Check Revisions 2nd Check 2nd Check Revisions 3rd Check Final Revisions EXHIBIT "C" 0 Pacific Coast Highway Widening Project Mor:Gary Miller pace 1 ---------------- ----- ---------------------------------- Mr 6 7 8 S 9 10 11 11 1- 1 3 3 4 5 6 6 7 DD 30 21 11 1 22 13 3 24 15 5 26 16 9 30 20 11 I 22 13 YY 66 66 86 65 66 66 66 86 86 87 87 87 87 87 87 67 67 67 67 t Ililblli11II11} hllil111i111- 1-1411Fl}1Ih1Iil111111. 11iiI I} �Ii1FI•IIII•1 . 14111 .14111114f11.14111.114 111141 11; iii K IilFIIi1111f11I- 1- 141 111 4 1111 .141 11141}11.14111.141 'til1 {1 i1hl- 141111 I•It I1-1-Ii 111.141111•)41 }1-11111114 111141111 ti 1 ( 1111} 111. 14111 .111It:21141 }1. 1411.1.H41 1. 11411. 1.1 1V1111 11111 11 14111.11114•1.14 i1114 1 I 1 1141 } 1.14111. 1.141 -1 1 1 1, 1 4i 11111}1I11JI 1.1-1#=:- 4-t{1 11 11 F1 141 1•111111i4111.111 1 i 4 1 9`41411. 1.1411. 1.11111111111. 1 4111 .11411111111- 11iI}i1411111iI 1111 - 14111. 14t1Ft t;##l1 .1411. 114Ii- 111411i-IAI I;I;I}(f4 {}1 -1(i! k�1i111�1it111�111111i1111i11iIi11111iIIFIi41t1�14I1iI141 i111f4 1 1 41111- 11111.1411114111114111 .111111.141 }1141 1iiA 1 11hI1i161 1I}hI.14111141}FI-1 4 1 1 1-11 1 }F1. 14111.14111- 1.111 I}111i }11441111 11114111.14111.1.141 1 111.11 11114 i 1I li 1 11114 11114 I1I- I•f4111141111�111 1111141Fi 141111 I I11141111411F1-141 11111 4 11•1 1 4 1111• 1I1-14 4111.1411F1141 111 1 1 411-1.11 f 11 1 111 1 14 1 11.14 1 11.1-14 1 411114111•44 11IIhf•I4)} 1.144 }Ff14111-141 11111liII1}1.1.141 IIF114111.1411F1 I I.1.14111.1411F1141 11I-1-141F 1111. 1. 14 1 1114 1 111I4I1II4111 .f -11111.1411111 41 1111�Ii1Flli IIFI•IIIF1�14 IIb114111�t4IIFI.I4I 411114111-{44 111114{ }1141111111 1 1 1 1 1 4 1 1-1 1 4 1 1 1• I 11 f-1 1 4 1 11 1 4 1 1 1 1.1 4 1 I I t 1 1 411-1 14 1 11 1 11 11-1 1 4 1 11 14 1 11 -1.1 4 1 11 1 11 1 11.1 4 1 111.1 4 1 111�1�14111�14I 11111 Ii�l•14 i 11141 IFId4111 l i4 f II14 i 111141 11/1141/ i}1 1.141t(.1AII11.141 III1-1 4111141111 •I11III411I141111I4I1II4 I1111I11111141 1 1 1 1 1 4 1 11 14 11 11 1 1 1 11 1 4 1 1 114 1 1 11 14 11- 1.1 4 1 111 k� 11 1 1 1 1 1 1 4 1 1 i I 1 1 4 111411, 1 f-11 11.141 11411, ( I Ii 111.14111 l 1,4 l 11, 1,i l 11/11414 i 14 1 1 11 11 11.1141 }114I11114I1hIi I IF1�1411114I k�l i4I 1 1 111 4 11- 114 1} F I I I I. I l 1 4 1 1. 1.14 1 1 F I 1 4 1 1 1-1 1 1 1 1 -1 1 4 111 1 I 1 I. I t�'l I II }11411.114111111 }1-1.1411 F141} 11111 1 1-1 11 11-111111141111 14jI I 1I L i 111 i I I A TTACNMENT A `7,ober't `BeiQ,`Wi1 am `Frost 6& Associates May 14, 1966 Mr. Benjamin B. Nolan Public Works Director City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92658 -8915 PROFESSIONAL ENVIRONMENTAL ENGINEERS 8 PLANNERS JN 2167212L9 Subject: Statement of Qualifications for Coast Highway Widening - Newport Bou- levard to Orange Street Dear Mr. Nolan: In accordance with your request of May 7th, Robert Bein, William Frost & Associ- ates (RBF) is pleased to submit this Statement of Interest and Qualifications for the preparation of Plans, Specifications and Estimates for the widening of Coast Highway between Newport Boulevard (State Route 55) and Orange Street, a distance of approximately 1.7 miles within the City of Newport Beach. It is our understanding that the City, acting as an agent for Caltrans, intends to retain a civil engineering consultant with experience in major highway proj- ects involving Caltrans to complete this project. Our firm has extensive expe- rience on projects involving Caltrans, including projects for the cities of Newport Beach, Irvine, San Clemente, Signal Hill and the County of Orange. In order to respond to your request for qualifications in a concise manner, we have formatted this submittal to the specific qualifications outlined in your letter, as follows: 1. License to practice civil engineering in the State of California RBF is a professional engineering, planning and surveying firm located in the City of Newport Beach. The firm is a California Corporation with a staff licensed to practice civil engineering and land surveying. Of our 160 employees, 24 are Registered Civil Engineers in the State of Cali- fornia, and two are Licensed Land Surveyors. The Vice President in charge of this project, Mr. Gail Pickart, is a regis- tered civil engineer. Working with Mr. Pickart on this project will be Mr. Gary Miller, RCE, as Project Engineer, and Mr. Gene Foster, RCE. All sur- veying activities will be under the direction of J. Robert Crawford, L.S., our Senior Vice President of Surveying. `Pr JessioiLal Service SiiLce 1944 PO BOX 2590 . 1401 QUAIL STREET. NEWPORT BEACH. CALIFORNIA 92660 • (714, 833 -0070 i �r Mr. Benjamin B. Nolan May 13, 1986 2. r 3. ,I I JN 21672/2L9 Page 2 r Laiitornia iaw RBF has extensive experience in the engineering design and construction staking of major projects similar to the Coast Highway widening. Specific examples include: - MacArthur Boulevard widening, City of Newport Beach - Coast Highway detour and widening, Laguna Niguel - Jamboree Boulevard widening, City of Newport Beach - Coast Highway widening in West Newport, City of Newport Beach Other examples of our previous project experience are included later in this qualifications statement under Representative Projects. in the lavout and desian of hiahwav oro.iects includina aoourte- Each of the projects mentioned previously involved extensive street and utility design. For traffic signal design, we have added the firm of Herman Kimmel and Associates to our Project Team. Qualifications and resumes of the staff members involved from this office are included later in this Qualifications package. 4. Knowledge and experience regarding Caltrans highway design projects RBF has successfully completed numerous highway design projects requiring Caltrans approval including: MacArthur Boulevard widening, City of Newport Beach San Joaquin Hills Transportation Corridor preliminary design, County of Orange - Pacific Coast Highway Detour /Widening, Laguna Niguel - Sepulveda Boulevard widening, City of El Segundo University Drive Bridge, City of Newport Beach - San Miguel /MacArthur Intersection Improvements, City of Newport Beach - Coast Highway Widening in West Newport, City of Newport Beach 5. Experience in the design of drainage improvements RBF has extensive experience in the completion of drainage studies and drainage facility design for major road improvement projects. Our team of trained hydrology and hydraulic engineering specialists has been involved in large and small scale drainage studies and facility design for numerous public works projects similar in nature to the proposed Coast Highway widening. Mr. Bruce Phillips, RCE, will oversee the preparation of all hydrology and hydraulic studies completed as a part of this scope of work. A 11 A 't r w i LEI 4 I L Mr. Benjamin B. Nolan May 13, 1986 JN 21672/2L9 Page 3 6. Experience with obtaining and providing soil testing and pavement design To provide this service as a part of our overall work effort, RBF will uti- lize the services of Woodward -Clyde Consultants, consulting geotechnical engineers. Woodward -Clyde has extensive experience in pavement design for projects of similar scope and magnitude as the Coast Highway project. Details of the firm's experience and staff qualifications are included later in this proposal. 7. Experience in coordination with Caltrans design and encroachment permit personnel RBF has developed a strong working relationship with Caltrans design and permit processing personnel that extends over the past ten years. We wel- come your personal contact of Caltrans staff members regarding our perfor- mance record. 8. Experience in designing noise and retaining walls RBF has the staff capability and experience necessary for the design of noise and retaining walls for the Coast Highway project. Work in this area will be completed under the direction of Mr. Gene Foster, RCE. 9. Experience i The numerous projects mentioned in the proceeding paragraphs have given RBF the necessary expertise to complete the proposals and specifications por- tion of this project. 10. Experience in preparing landscape plans in median areas In order to complete this phase of the work, RBF will utilize the services of William E. Yokum & Associates, licensed landscape architects in the State of California. Mr. Yokum has worked with RBF on several previous projects and is familiar with the specific requirements of median landscap- ing design. Resumes of Mr. Yokum and his staff are included later in this proposal. 11. Experience in providing surveying for project design RBF currently maintains eight full time survey crews on staff under the direction of Bob Crawford, a licensed land surveyor in the State of California. Our firm has successfully completed the construction surveying for numerous road improvement projects for the City of Newport Beach, in- cluding projects involving Caltrans jurisdiction. The following pages outline our range of services, representative client list, descriptions of representative projects, and project team resumes for your re- view and information. i y i y y J Mr. Benjamin B. Nolan A 2167212L9 May 13, 1986 Page 4 We look forward to an opportunity to meet with you to discuss our participation in this project. In the interim, if you have any questions please call Mr. Gail Pickart, our designated Project Manager for this project or myself. Thank you for considering RBF to complete this work assignment. Sincerely, ko� S. Robert Kallenbaugh Senior Vice President In enclosures I i i Project Soils Engineer Woodward -Clyde PROJECT TEAM Coast Highway Widening CALTRANS CITY OF NEWPORT BEACH Project Engineer Gary Miller, RCE Project Drainage Project Landscape Engineer Architect Bruce Phillips, RCE Bill Yokum, ASLA Vice President In- Charge Gail Pickart, ACE Project Traffic Engineer Herman Kimmel & Associates S 9thw Beiq,-Wjlliam`Fiw LRr`�- crociern �,7' May 1986 JN 23627 J IIROBERT BEIN, WILLIAM FROST E ASSOCIATES {' Background and Experience I Robert Bein, William Frost 6 Associates is a Southern California pioneer in the field of environmental engineering, planning and surveying. The company, with its current staff of over 140 employees, was founded in Orange County in 1944. The firm has established an outstanding record as a "community engineer" and celebrated. 40 years of continuous professional service in 1984. The company offers a diversified range of professional consulting services, including all aspects of civil engineering, environmental studies, site planning, subdivision mapping, field surveying, photogrammetry and construction management. The RBF professional staff has expertise in land use and site planning, Specific Plan preparation, public works engineering, residential subdivision design, hotel and commercial development engineering, environmental impact evaluation and report preparation, water resources engineering, assessment district engineering, marine engineering, construction management and surveying. In land planning and design, RBF offers varied and intensive experience with a staff that can prepare creative designs based on sound engineering design principles. The company has developed outstanding examples of good community planning over the past 40 years. Environmental Planning at RBF extends from initial determination of the initial land use concept, through comprehensive physical site planning, to the preparation of final engineering plans for grading, utilities and streets. Projects are designed to create a balance of cost effectiveness and design creativity in order to integrate the Client's needs with aesthetically pleasing designs. RBF has the experience, organizational resources, management capabilities and inhouse computer support and technical expertise in one centralized office to provide a complete range of engineering services for almost every type of project. The RBF office is equipped with state -of- the -art The engineering services which can be provided by RBF for public and privately of all engineering, planning and surveying assignments. funded projects include preliminary feasibility reports; topographic and boundary in the fields of surveys; preliminary and final engineering design; preparation of construction plans, specifications, estimates and construction bids; and construction contract documents; procuring and analyzing management, including construction staking and /or inspection services. The RBF office is equipped with state -of- the -art computer capabilities to aid in the ® completion of all engineering, planning and surveying assignments. A library of previously successful standards is maintained in the fields of environmental studies, development engineering, traffic control, utilities, water supply, and . waste disposal. An experienced staff is combined with the knowledge and use of modern computer methods and techniques to achieve the goal of creating developments which are both aesthetically pleasing and functional in design. The following written and graphic material is designed to focus on the specific firm capabilities, previous project experience, and management and technical level staff 1 which RBF can provide to meet your specific needs. We welcome your review of this introductory information and any opportunity to personally present our qualifications. I� rMAJOR STREETS AND HIGHWAY DESIGN QUALIFICATIONS (, Robert Bein, William Frost 6 Associates (RBF) provides a wide range of highway engineering and design services to numerous public agencies and private developers for the engineering and construction of street and arterial highway improvements throughout Southern California. RBF's specific highway engineering capabilities include existing roadway widening design, pavement rehabilitation analysis, vertical and horizontal alignment studies, bridge design, final highway Improvement plan design, intersection and interchange design, signing and striping plans, cost estimates, preparation of specifications and bid documents and construction survey staking. Additional services include aerial topography and photography, right -of -way research and acreage calculations, bicycle trail design, 10 provisions for mass transit facilities, construction staking and construction management. j RBF's experienced staff of registered civil engineers incorporates the design i, standards of the jurisdictional agency into the engineering design of new highways and the widening or realignment of existing roadways to carry projected traffic (volumes at desired design speeds and levels of service. Our staff maintains an t ongoing dialogue with local, regional, and state jurisdictional agencies and is especially familiar with the requirements and procedures of the State Division of Highways ( Caltrans). Specific examples of RBF's recent experience in highway engineering include the following. 1) Street improvement plans for the extension of La Palma Avenue for the County of Orange. 2) Preliminary and final improvement plans for the widening of El Segundo Boulevard in the City of El Segundo. 3) Arterial highway improvement plans for the widening of MacArthur Boulevard, Jamboree Boulevard and Coast Highway in the City of Newport Beach, including processing with Caltrans. 4) Preliminary and final design for the widening of Avenida Pico in the City of San Clemente. 5) Arterial highway improvement plans for the extension of Niguel Road and widening of Coast Highway within the Laguna Niguel Coastal Area. These are samples of the extensive highway engineering experience that Robert Bein, William Frost 6 Associates has achieved in the past. RBF is committed to providing our clients with high quality engineering services in this area of t expertise with a proven on -time performance record. Robert Bein, William Frost 6 {' Associates also recognizes the need for cost - efficient highway design and is re- sponding with computer -aided engineering solutions developed from years or experience. 11 GOVERNMENTAL PROCESSING QUALIFICATIONS Robert Bein, William Frost E Associates (RBF) provides complete services for all phases of governmental processing from initial plan submittals to construction permit applications. RBF's area of expertise in the processing of projects through governmental agencies includes the following specific actions: 1) General Plan Amendment and Zone Change Applications 2) Specific and Area Plans 3) Conditional Use Permits and Variances 4) Tentative Parcel and Subdivision Maps 5) Lot Line Adjustments 6) Rough and Precise Grading Permits 7) Street Improvement Plans and Encroachment Permits 8) Final Subdivision and Parcel Maps 9) Building Permits RBF has had experience in processing of projects with City, County, State, and Federal agencies, in California as well as other states. RBF's governmental processing team utilizes staff members experienced in governmental relations, many with years of personal experience as governmental ® agency employees, to facilitate effective communication with staff members at all levels. The Company's personal approach to governmental processing has earned a high reputation with every agency it has dealt with. The RBF processing team is backed by an experienced and strong graphics team and research team that utilizes the most up -to -date and innovative methods of presentation. RBF has a history of processing and receiving approval of difficult and controversial projects in a professional manner. RBF's clients in the governmental processing area include not only private developers, but also architects, planners and other professionals with particular processing needs. In numerous instances, RBF has served public agencies as an extension of their own staff to prepare staff reports, review developer proposals, and provide support materials. This wide range of governmental processing experience has given Robert Bein, William Frost S Associates the tools necessary to complete even the most difficult processing task in an effective and professional manner for final action by the jurisdictional agency. F I H IFLOOD CONTROL AND DRAINAGE FACILITY DESIGN QUALIFICATIONS +� Robert Bein, William Frost E Associates (RBF) has designed storm drainage and ( flood control facilities for public agencies and private developers throughout Southern California. RBF's specific drainage design capabilities include the preparation of storm drain master plans, sedimentation studies, engineering and economic feasibility studies, concept through construction drawings for storm drain pipelines, earthen dams and spillways, flood control channels, retention basins, drainage pump stations, and construction survey stakings. RBF has been a leader in the reclamation of low -lying flood prone areas by designing appropriate flood protection facilities. Our office utilizes the latest in computer programs available on our in -house computer system for the completion of all design projects. Our computer currently has on file programs for flood plain mapping (HEC -2), pipe and channel hydraulic analysis, dam breach analysis, hydrology calculations, drainage master planning, structural design programs for reinforced concrete pipe and rectangular channels, and cost estimating. RBF drainage facility design projects currently underway include the master planning and engineering design of major systems throughout Southern California. Specific examples of RBF's recent flood control experience include the following projects: 1) Preparation of a master plan of drainage and facility design, including the design of 8,000 lineal feet of case -in -place pipe (up to 120 inches in diameter) and a greenbelt channel with riprap drop structures, for the 4,000 -acre Salt Creek Watershed terminating at the Laguna Niguel Coastal Area, within Southern Orange county. 2) Preparation of Construction Plans and Specifications for one mile of 28 -foot wide reinforced concrete rectangular channel for the Orange j County Flood Control District's Moody Creek Facility within the City of La Palma. 3) Preparation of the drainage master plan and construction drawings for 13,000 lineal feet of storm drain (8 -inch to 108 inches in diameter), a 56 acre -foot detention basin and a drainage pump station and force main with three 250- horsepower engines for the Hughes Aircraft Company site in the City of El Segundo. 4) Flood Plain studies and final design of levee improvements for the 3 miles of the Santa Ana River (design discharge of 48,000 cfs) adjacent to the Lomas de Yorba development (Bryant Ranch), including sedimentation analysis, HEC -2 hydraulic analysis, levee revetment design and wildlife habitat management study to remove 200 acres of land from flood hazard in the City of Yorba Linda. The project received approvals from the United States Corps of Engineers, the Orange County Flood Control District, the U.S. Fish and Wildlife Service, the California State Department of Fish and Game, the California Regional Water Quality Control Board and the City of Yorba Linda. RBF has long recognized the need for cost - efficient engineering design of drainage facilities and has responded with innovative design and construction drawings that are not only timely in their completion, but also cost - conscious in their design requirements. 11 iiPUBLIC WORKS ENGINEERING QUALIFICATIONS IfRobert Bein, William Frost & Associates (RBF) has completed numerous projects for public agencies related to streets, utilities, flood control, bridges and public facility site development. Projects successfully completed by RBF have included Ifservices from the preliminary feasibility /project report stage to the preparation of final improvement plans, specifications and construction staking and construction management. Many of RBF's experienced staff of Registered Civil Engineers, Licensed Land Surveyors, designers and draftsmen have had the benefit of long careers with various public agencies prior to joining the RBF team. This background has proven invaluable in the early identification of the needs of each of our public agency clients and created the ability for RBF to respond with the appropriate level of detail and cost saving design solutions. RBF also provides a strong understanding of the need for time and budget efficiency created in part by years of experience in working on privately financed projects throughout Southern California. Specific municipalities which have chosen to utilize RBF's services to meet their engineering requirements in the past include the Cities of Costa Mesa, El Segundo, Irvine, Laguna Beach, Signal Hill and Newport Beach, to name a few. RBF has also provided engineering and surveying services to a wide range of other public agencies including the County of Orange, U.S. Department of the Navy, University of California at Irvine, Coast Community College District, the Santa Margarita Water District and numerous other public service agencies. Specific public works engineering projects recently completed or currently underway include the following: t) Engineering and surveying services for various street and utility reconstruction projects under a capital improvement and redevelopment program for the City of Signal Hill. 2) Final engineering for the widening and restriping of Jamboree Road for the City of Newport Beach Public Works Department. 3) Engineering design services for the U.S. Marine Corps Air Stations at El Toro and Camp Pendleton. 4) Preparation of composite utility plans based on field verification for the U.S. Navy Fuel Depot in San Pedro, California. 5) Engineering design of the Bolsa Chica and Talbert Valley Flood Control Channel improvements in the City of Huntington Beach, for the County of Orange Environmental Management Agency. RBF provides each of its clients with an experienced design team that provides personal attention to the clients specific needs to complete each assignment in a timely and cost - efficient manner. 11 11 CONSTRUCTION SURVEYING CAPABILITIES Depending upon the individual client requirements, RBF can provide profession- al surveying services for every phase of a specific project with the benefit of years of diversified experience in field surveying, geodetic surveying, land and i� boundary surveying, field and aerial topographic mapping, hydrographic sur- veying, and all aspects of construction staking. RBF survey personnel are equipped with the most modern survey instrumenta- tion including the latest electronic distance meters and computers, vehicles, and means of communication to efficiently complete any project assignment, under the supervision of licensed land surveyors. Specific surveying services provided by RBF include the following: 1) Topographic and Hydrographic Surveys 2) Lot Surveys 3) A.L.T.A. Surveys 4) Boundary Surveys 5) Triangulation Surveys 6) Aerial Ground Control and Profiles 7) Construction Staking 8) Final Monumentation 9) Settlement Monitoring 10) High Rise Building Control This wide range of surveying services, along with a survey team that averages fifteen years of experience, has given Robert Bein, William Frost 6 Associates the ability to complete even the most challenging surveying assignment in a cost and time efficient manner. 1, 11 WILLIAM E. YOCOM & ASSOCIATES is a firm of registered landscape architects and support staff practicing as a collaborative team. Principal members Bill Yocom, Bob Borthwick and Bob Graves have had extensive experience with leading Southern California firms, thus providing a broad spectrum of environ- mental design capabilities. As Director of Landscape Architecture for a large engineering firm from 1973 to 1976, Bill was responsible for the design and construction documents for numerous public works projects, including streetscapes, roadway medians, and community parks. Recent projects (in association with Bob Graves and Bob Borthwick) have included Fair Drive streetscape improvements and Mesa Verde Drive street - scape improvements for the City of Costa Mesa Department of Leisure Services. Bill Yocom will serve as principal -in- charge and Project Manager for this project. Bob Borthwick will provide additional support for preparation of construction documents. Art Guy will be the irrigation designer. Refer to individual resumes (following) for additional background information. I I L I 2192 dupont drive suite 216 irvine, cr.tifernia 92715 �� (714( 553-1014 landscape architect 1, 11 WILLIAM E. YOCOM & ASSOCIATES is a firm of registered landscape architects and support staff practicing as a collaborative team. Principal members Bill Yocom, Bob Borthwick and Bob Graves have had extensive experience with leading Southern California firms, thus providing a broad spectrum of environ- mental design capabilities. As Director of Landscape Architecture for a large engineering firm from 1973 to 1976, Bill was responsible for the design and construction documents for numerous public works projects, including streetscapes, roadway medians, and community parks. Recent projects (in association with Bob Graves and Bob Borthwick) have included Fair Drive streetscape improvements and Mesa Verde Drive street - scape improvements for the City of Costa Mesa Department of Leisure Services. Bill Yocom will serve as principal -in- charge and Project Manager for this project. Bob Borthwick will provide additional support for preparation of construction documents. Art Guy will be the irrigation designer. Refer to individual resumes (following) for additional background information. I I L I 2192 dupont drive suite 216 irvine, cr.tifernia 92715 �� (714( 553-1014 TRAFFIC ENGINEERING erman CONSULTANTS immel and Associates. Inc. 3300 IRVINE AVENUE. SUITE 180. NEWPORT BEACH. CA 92660 17141852-6616 The firm of Herman Kimmel & Associates, Inc. has 17 years of experience and an oustanding reputation in the Traffic Engineering consulting firm. The firm, founded by Herman Kimmel in 1968, was expanded and incorporated in 1980 to include H. William ® Dickson and later R. Paul Grimm. The corporate offices of Herman Kimmel & Associates are located in Newport Beach, California. I Principals of Herman Kimmel & Associates, Inc., as well as other senior staff, are professional engineers in the fields of Traffic and /or Civil Engineering. All members of the firm have extensive ® project experience with municipal, county and state agencies as well as private clients. Each project of Herman Kimmel & Associates is ' managed by one of the firm's three principals, Mr. Kimmel, Mr. Dickson or Mr. Grimm. Assisting the principals with technical supervision and support are Mr. Joe De Remer, Mr. Lew Gluesing, Mr. Ed Granzow and Mr. Gary Tolmie. Mr. De Remer and Mr. Granzow are registered Traffic Engineers. Professional resumes of the individuals mentioned ' above are included in Appendix one, "Professional Resumes ". ® Herman Kimmel & Associates provides high quality consulting services in the following fields: o Traffic and Transportation Engineering Studies Traffic Control o 1 o Traffic Signal Systems o Traffic Signal Design ' o Street Lighting These services are discussed in detail in Appendix Two, "Technical Services ". Herman Kimmel & Associates, Inc. has undertaken consulting projects for numerous private clients including real estate developers, engineering firms, manufacturing companies, and for more than 40 Southern California cities, counties and trans- portation authorities. A listing of representative clients is included as Attachment Three. Herman Kimmel & Associates, Inc. maintains one -half million dollars of Professional Liability insurance, as well as one -half million dollars of Comprehensive General Liability insurance. The carrier is the R. D. Crowell Insurance Company. Herman Kimmel & Associates, Inc. has maintained a high level of professional stability by supporting continuing technical education for its engineers. This assures clients the benefit of the most recent improvements and methods available in this field. P I ITRAFFIC SIGNAL DESIGN Herman Kimmel & Associates, Inc. has a working knowledge of the latest theory and application of the functional capabili- ties of traffic signal controls. The goal of Herman Kimmel & Associates is to provide optimum efficiency and safety of traffic flow at intersections and in roadway networks. Herman Kimmel & Associates does this through the use of appropriate traffic signal equipment, timing plans, geometric design, and understanding of the traffic flow characteristics of the intersection. The experienced traffic engineers of Herman Kimmel & Associates will prepare traffic signal designs with knowledge of the latest developments in micro - processor and mini - computer technology, and highway safety lighting design based on current Illuminating Engineering Society guidelines. Traffic Signal design for various agencies and private r i r i developers is one of Herman Kimmel & Associates's primary services, providing an average of 100 or more individual traffic signal intersection ten designs annually. In the last years, an estimated 1,000 signals and 12 master computer coordinated systems have been designed by Herman Kimmel & Associates. r i r i 11 ITRAFFIC SIGNAL SYSTEMS (' The primary objective of a coordinated traffic signal system is to achieve smooth, safe and orderly traffic flow along a !, major arterial (or arterials) . A coordinated system will j minimize delays (reduce travel time) , which in turn will reduce air pollution and fuel consumption. Cost- effective- ness of obtaining the primary objective is a key criteria in the design of any system, sine costs of master control equip- ment increase with the capability desired. Herman Kimmel & Associates has been involved in the prepara- tion of studies of city -wide master coordination that include In analyzing the needs and system availability, consideration is given to several elements. They include: transportation characteristics, objectives of the system, existing systems resources (including communication ability), and existing personnel and budget resources required for maintaining and operating a traffic control system. In addition to a systems ability to coordinate traffic flow into a comprehensive progression, other factors become important in considering a city -wide system application. These factors include: 1. Crossing arterial and /or network coordination. f2. System program selection based on traffic volumes. 3. Monitoring of system operation. 4. Monitoring of intersection operation. 5. Manual program selection from the master. ' 6. operational report generation. 7. Efficiency of operator interface. comparative analysis of alternate methods to coordinate signalized intersections and identify objective operational improvements that could be accomplished. In analyzing the needs and system availability, consideration is given to several elements. They include: transportation characteristics, objectives of the system, existing systems resources (including communication ability), and existing personnel and budget resources required for maintaining and operating a traffic control system. In addition to a systems ability to coordinate traffic flow into a comprehensive progression, other factors become important in considering a city -wide system application. These factors include: 1. Crossing arterial and /or network coordination. f2. System program selection based on traffic volumes. 3. Monitoring of system operation. 4. Monitoring of intersection operation. 5. Manual program selection from the master. ' 6. operational report generation. 7. Efficiency of operator interface. 1! 1' TRAFFIC & TRANSPORTATION ENGINEERING STUDIES 1' The extensive experience of Herman Kimmel & Associates Inc. assures an in -depth analysis and study sufficient to meet the requirements of any public agency. Studies utilizing existing facts, accurate estimates, and proper analysis are required to accurately portray possible future traffic problems. This type of analysis is necessary to provide information to those seeking solutions to traffic problems generated by future growth. Traffic, whether it be from a residential area, planned community, shopping center, industrial park, or future highway, will affect the transportation circulation system. It is essential that the extent of this effect be analyzed. Consideration must be given, not only to the effect of one particular area segment, but also to the consequence in the surrounding area of total development. Therefore, the study should analyze all aspects and possible measures to mitigate any adverse impacts. Herman Kimmel & Associates, Inc. emphasizes traffic planning and design techniques to satisfy the requirements of a study site's traffic while minimizing the impact on non -site traffic. This is accomplished by utilizing any or all of the following external study site traffic analysis. Such an analysis includes: 1. Traffic generation t 2. Directional distribution of traffic 3. Access design criteria 4. Traffic signal considerations 5. Adjacent land access needs 6. Impact on existing streets 7. Evaluation of alternate designs 8. Intersection capacity utilization V 1' 1' i' STREET LIGHTING 1 Some form of public lighting is essential to integrate the ]' community and protect and enhance public areas: streets, 1 alleys, parks, and principal gathering places. ' Herman Kimmel & Associates, traffic engineers have the knowledge and experience necessary to prepare lighting plans and calculations for new streets, subdivisions, or just conversion to more efficient lights. The present trend is to use the long -life high efficiency high pressure sodium vapor lamp as the basic tool for lighting streets. IA well balanced comprehensive street lighting plan is required. Each element of the street lighting system must be classified. Illumination levels to suit each must be designed, consistent with the requirements of city growth, traffic engineering, incidence of crime, shoppers, civic pride, and beauty. Herman Kimmel & Associates, Inc. has the ability to provide the plans necessary to achieve these goals. i I TRAFFIC CONTROL Problems of traffic control occur when traffic must be moved through or around road (street) construction, due to realign- ment, widening, other modifications, and utility work. No one standard sequence of signs, street markings, or other control devices can be set up for all situations, due to the variety of conditions encountered. i Herman Kimmel & Associates, Inc. has the expertise and experience necessary for preparation of detour plans, traffic control plans, and final signing and striping plans. Although each situation must be dealt with individually, conformity with provisions established by the State of California Department of Transportation is necessary. The protection of the traveling public and the workmen on the ' scene will dictate the measures to be taken consistent with the general principles set forth in the Department of ' Transportation Traffic Manual. r 1 I I I REPRESENTATIVE PROJECTS MacArthur Boulevard Widening, Newport Beach, California — 1981. RBF prepared the engineering plans and provided construction surveying for con- struction of three separate reaches of MacArthur Boulevard, a major arterial highway, requiring widening and pavement overlay, including striping and signing plans, detour plans and coordination and processing �with �Caltrans. —/may 9�i8vt `Belq.�WJliem`HOSt � `�icvociehs I I 7 i Avenida Pico Widening, San Clemente, California -1981. Widening of Avenida Pico at the San Diego Freeway was necessary to allow for future traffic needs as the "Back Country" of San Clemente develops. RBF prepared the prelim- inary and final engineering drawings, striping and detour plans for these improvements and successfully processed all plans with the City of San Clemente and Caltrans. `I�Uboi Beiq.�Ailliam`FiAS7 (A.�/7` ssoria(Cs lyi f •., w� M ;X � 4 � �iY io�r.% ���4,Y,F Q '`T�y� �- +il►�t.k'i1f''Mr�'i ,}:� � ', . r.P.. ��d'"y�1{f , i S. ..1� �`M81rki1u•4'r ib• � _' _ rff � Z rr, y.f jni • �'�'� r •, i ��...ln ---:— �^'. �"""'� �.a �`r� •�IR:,R �_' wr.'Hr.� l •'ice' S ..^I: �..... .'"°' —__ _ �� '- --- �..... _ •gyp. . -• � `U � �:' All If , t{y~;`; '• �: it ` ,} T a�1 ', �: 7' �,, '., •i i �� •. {� {ZIT _..•fir Yt��vPTY ♦Y;�'.I���.J. �a.i`r.�• {:'k.}'.!'��i i1! I -. ?'' .. ..� .A /'.. "�i3 D!'I. Ir -.1M 17't. oo Z 4 AT9,11J. y ' _ , J 5: a. P, r� f �m0 >m'o E H r C am�L3E m n Q mopo c o Q m > W C O d m CL0maE� E'HC °off omNn ° m m x mL C mL� o� m C L m 0 o m m ' w 0 CA r O CUL_C >;LL E ot'X .am °5u w Bcr"c M O C >� m0C y O ` C ~ N C �._ m m C V C ~ o N N O Nw_t F- K M .L+ O. U) WTM Om >'-° o m ° m� >Q w V) m o m m c m N m ° LL .MT m m m 0 0 m c CO34 C U J mU-.L- 32 m E xC C �c hiz vt �m0 >m'o E H r C am�L3E m n Q mopo c o Q m > W C O d m CL0maE� E'HC °off omNn ° m m x mL C mL� o� m C L m 0 o m m ' w 0 CA r O CUL_C >;LL E ot'X .am °5u w Bcr"c M O C >� m0C y O ` C ~ N C �._ m m C V C ~ o N N O Nw_t F- K M .L+ O. U) WTM Om >'-° o m ° m� >Q w V) m o m m c m N m ° LL .MT m m m 0 0 m c CO34 C U J mU-.L- 32 m E xC C �c I I I� L, 1 1 11 I I I ' REPRESENTATIVE PROJECTS ! VEDA BO EY 8.t C aa.me aoee eccmx : I I �Y }) 1 1 Y i }. ♦.. i{ 1 ROIOCFOOgCf EC:XMI w v ® DLL `J J I i it I: EL SEGUNDO BOULEVARD mnem . 1: —=-- -- - -- - -- - -- - -- - -- - -- ieDEHD .— nc.orzv ..wrcr.,s [� mwoaen mwr -a -... wurD Sepulveda Boulevard Widening Study, City of El Segundo. R BF provided transportation planning services to the City of El Segundo for the preliminary design of the widening of Sepulveda Boulevard. Specific work items included an on -site photographic study, research of relevant state laws, and delineation of traffic islands and lane striping. `7�,ibar BcirU ,,.cWJliam`FrOS/�r/cicvocierrs ..A ►.e►a LVAIW /45" Li WAVir ., wwr•' .. +.rM � � � ��T, ✓ 4�i� Ifs ? , ,T'. ,,.!�i ,:1! H' rt Mi•� i+Qr,yIf� �gf�,��•i�Fj,�.�,'('n 'n"'�"7 '/. 'F `a - r. t_ 1 "1' I J ittj� r' AN .., e I Utz , - j •t.r .ix 1 l P t _/ Y • .- -• � - ice'. --. . ar � �"- 9(��! "�yJ��,�I+ tr J�j � r _ _rI• :.r,•YS� -� +t, L F rY �,�- I ` Woodward-Clyde Consultants EXPERIENCE WITH PAVELEM DESIGN AND EVALUATION PR03EUf LOCATION PROJECT DESCRIPTION AIRCRAFT NOISE Pavement design recommendations SUPPRESSOR STUDIES and foundation engineering. i El Toro MCAS AIR FORCE PLANT 42 Development of optimum pavement Palmdale system to support one million -pound design aircraft. Used elastic- layered theory and computer- assisted solution of stress and deformation of existing pavements. IMA HANGAR, ENGINEERING Foundation engineering and pavement MAINTENANCE, ARMAMENT, design. AND AVIONICS BUILDING Camp Pendleton KOREAN AIRLINES Subgrade evaluation for pavement design. HANGAR AND PAVEMENT Los Angeles International Airport LINDBERGH FIELD PAVEMENTS Development of limiting design criteria San Diego for anticipated traffic on portland cement concrete runway constructed during WW MAINTENANCE HANGAR Il. Pavement design and foundation North Island Naval engineering. Air Station, San Diego MCDONNELL DOUGLAS Design of concrete pavement using PARKING FACILITY AND HANGAR Portland cement for DC10 parking structure and hangar. Long Beach Airport MOFFATT FIELD RUNWAY Evaluation modeling the effect of P -3 Moffatt Field aircraft traffic on asphalt concrete runway to establish required thickness of overlay. 11 11 i1 Woodward-Clyde Consultants EXPERIENCE WITH PAVEMENT DESIGN AND EVALUATION Page 2 NEW PARKING APRONS El Toro MCAS OAKLAND INTERNATIONAL AIRPORT Oakland SAN FRANCISCO INTERNATIONAL AIRPORT RUNWAYS San Francisco TRAVIS AIR FORCE BASE CARGO FACILITY Travis Air Force Base Soil investigation including evaluation of three test strips and plate bearing tests. Evaluation of all runways, taxiways, and aprons for requirements of increasing numbers and weight of aircraft. Evaluation of all runway and taxiway pavements for capability of handling expected wide -body jet aircraft. Involved condition surveys, deflection measure- ment, and sampling of existing pavements of widely varying age and condition. Limiting criteria were developed, in terms of deflection and stress, to determine structural capacity and to serve as basis for future designs. Design of portland cement concrete taxiway and hardstand for C5 -A aircraft as part of improvements to hazardous cargo facility. Woodward-Clyde Consultants PROJECT: Santiago Pipeline CLIENT: James M. Montgomery Engineers LOCATION: PERFORMANCE PERIOD: ASSIGNMENT: Orange County 1985 to 1986 Geotechnical Investigation for Pipeline Woodward -Clyde Consultants performed a geotechnical investi- gation for a 66 -inch diameter pipeline and a 200 CFS pump station. The pipeline alignment is located in the streets of the cities of Villa Park. and Orange, in the right -of -way of the Orange County Water District. Field investigations required coordination between electric companies, water and sanitation districts, gas companies, and cable television companies. Woodward-Clyde Consultants PROJECT: Green Acres Pipeline CLIENT: Culp /Wesner /Culp LOCATION: Orange County PERFORMANCE PERIOD: 1983 to 1984 ASSIGNMENT: Geotechnical Investigation for Pipeline Woodward -Clyde Consultants performed a geotechnical investigation for a 12- to 30 -inch diameter pipeline for treated wastewater. The pipeline is located in the right -of -way of the cities of Fountain Valley, Huntington Beach, and Costa Mesa. Field investigations required coordination between utility companies and cities to locate underground utilities. i I 11 I I I J I iI ROBERT BEIN, WILLIAM FROST & ASSOCIATES Representative Clients Private Clients The Baker Group Balboa Bay Club Bank of Newport Barratt- American Barratt- Irvine Beeco, Ltd. Birtcher Broadmoor Homes The Burgess Company C.J. Segerstrom & Sons C.L. Peck California Pacific Properties Campeau Corporation California Carma - Sandling Group Century American Builders/ Developers Coto de Caza Development Corporation Cove Development Company Coyote Creek Homeowners Association Crocker National Bank Daon Corporation DeAnza Corporation Diocese of Orange, Roman Catholic Church Donald L. Bren Company Eagle Development Company Emkay Development Company Ficker & Ruffing Architects Ford Aeronutronic Division Fountain Valley Medical Development Company Hoag Memorial Hospital Presbyterian Holstein Industries Hughes Aircraft Company Huntington_ Beach Convalescent Hospital Irvine Pacific Development Company J.D. Stout Company J.M. Peters Company John D. Lusk & Son Kaiser Development Langdon & Wilson, Architects McLain Enterprises Mission Viejo Company Morrison Knudson Company Newport Development Company Orange County Performing Arts Center Pacific Mutual Pacific View Memorial Park Presley of Southern California Prudential Insurance Company of America Rancho Mission Viejo Roger's Gardens Robert H. Schuller Televangelism Association Rolly Pulaski & Partners South Coast Plaza St. Paul's Greek Orthodox Church Stein Brief Group The Irvine Company The Koll Company The Konwiser Corporation The Warmington Group The Woodward Companies Two Town Center Associates William Blurock & Partners Woodcrest Development Ij '1 i i I, I� I i i I' 1 I, ROBERT REIN, WILLIAM FROST & ASSOCIATES Representative Clients Public Agencies City of Anaheim City of Costa Mesa City of El Segundo City of Fountain Valley City of Irvine City of Laguna Beach City of Lakewood City of Newport Beach City of Orange City of Santa Ana City of San Clemente City of Signal Hill City of Tustin City of Westminster County of Los Angeles County of Orange County of San Bernardino Coast Community College District Girl Scout Council of Orange County Irvine Ranch Water District Laguna Beach County Water District Municipal Water District of Orange County Orange County Council of Boy Scouts of America Pico Water District Santa Margarita Water District Santiago County Water District University of California, Irvine U.S. Department of the Navy U.S. Marine Corps - Camp Pendleton U.S. Marine Corps - El Toro Yorba Linda County Water District J ROBERT W. BEIN President EXPERIENCE: Currently serving as President and Chief Executive Officer of Robert Bein, William Frost E Associates, Mr. Bein has over twenty -six years of professional engineering U experience. Prior to joining RBF in 1962, Mr. Bein served with the U.S. Navy, and was on the engineering staff of Los Angeles County and The Irvine Company. EDUCATION: B.S., Civil Engineering, University of Illinois, Graduate Studies in Civil Engineering, University of Illinois REGISTRATION: Registered Civil Engineer licensed to practice in twelve states including California, Arizona, Colorado, Florida, Hawaii, Illinois, Nevada, New Mexico, Oregon, Texas, Washington and Wyoming. I� I I 0 3 PROFESSIONAL ACCOMPLISHMENTS: Past President of the Orange County Chapter of the California Council of Civil Engineers and Land Surveyors Member of the State Board of Directors of the California Council of Civil Engineers and Land Surveyors State President of the California Council of Civil Engineers and Land Surveyors Chairman of the Civil Engineering Technical Advisory Committee to the State of California Board of Professional Registration Chairman, Orange County EMA Hydrology Manual Study Committee Chairman, Orange County Professional Liaison Committee Member, Board of Governors Southern California Association of Civil Engineers and Land Surveyors Chairman of the University of California at Irvine Management Certificate Program Chairman of the Policy and Procedures and Bylaws Committee at the American Society of Civil Engineers OTHER PROFESSIONAL AFFILIATIONS: {� Member, Member, American Society of Civil Engineers National Society of Professional Engineers I Member, California Society of Professional Engineers Member, American Water Works Association i� National Honorary Civil Engineering Fraternities of Chi 11 Epsilon, Tau Beta Pi, and Sigma Tau HONORS AND AWARDS: American Society of Civil Engineers - Orange County Branch "Engineer of the Year" - 1985 Il� I IGAIL P. PICKART Vice President Civil Engineering EXPERIENCE: Gail P. Pickart is a Registered Civil Engineer in the State of California, as well as being an attorney and a member of the State Bar of California. His professional experience spanning over twenty years includes active military service in the U.S. Navy Civil Engineer Corps, ten years on the City Newport Beach, engineering staff at the of engineering design and project management with a private civil engineering consulting firm, and project management and administration with Presley of Southern California, a major land developer and residential home builder. During those periods of employment, Mr. Pickart was involved in the project management and engineering design of major residential, commercial, and industrial developments and gained extensive experience in construction of all types of public and site development improvements: grading, streets, storm drains, sanitary sewers, water supply, street lighting, and other utilities. At RBF, he has the responsibility for the management of major engineering • projects such as the Fashion Island Renaissance and Four Seasons Hotel in Newport Center, and the Orange County . Performing Arts Center and Regent Hotel near South Coast Plaza. Mr. Pickart also has the responsibility for handling assessment district projects where his combined engineering and legal capabilities provide a unique and valuable asset for project administration because of the strict statutory procedures to be followed as well as the many other associated legal ramifications. EDUCATION: B.S., Civil Engineering, South Dakota State University M.S., Civil Engineering, California State University at Long Beach Juris Doctorate, Pepperdine University School of Law I ,' IfGARY L. MILLER Director Public Works Engineering EXPERIENCE: Gary Miller is a Registered Civil Engineer in the State of Cali - fornia with a total of 13 years of civil engineering experience, Including 8 years with Los Angeles and Orange County munic- ipalities and 5 years within the private sector of engineering. As a part of RBF's engineering task force, he is responsible for the management and preparation of improvement plans, project reports, and quantity and cost estimates for street improvement projects. As a Project Engineer /Manager for several public agencies, Mr. Miller's responsibilities included assigning and supervising the preparation of plans, fiscal year project bud- , gets, specifications, cost estimates, contract administration and >� scheduling for a variety of projects from conception through Council acceptance. Additionally, Mr. Miller provided Interde- partmental and interagency project coordination while working closely with contractors, inspectors, field engineers and, the general public throughout the course of the project. While employed with the private sector, his responsibilities included supervision and administration of a variety of residential and commercial subdivisions and public works projects involving preparation of tentative and final parcel maps and tract maps, condominium and street improvement plans, onsite. grading, sewer and water system plans, hydrology and hydraulic studies for storm drainage systems. Mr. Miller's most recent projects in- clude roadway and drainage improvements to reconstruct Whittier Boulevard for the Los Angeles County Road Department; the following City of Signal Hill Projects. Redondo Avenue widening and realignment, Gardena Avenue widening, and Panorama Drive /23rd Street Loop realignment; and Ortega Highway widen- ing and realignment for the Santa Margarita Water District. EDUCATION: B.S. Civil Engineering, California State University, Long Beach II 1 ji y' JAMES ROBERT CRAWFORD ,i Senior Vice President Surveying 1 ,■ EXPERIENCE: James R. Crawford is a Registered Land Surveyor in the i il�•' State of California, and has had over twelve years of experience in all facets of land surveying, including direct field experience as a party chief, offsite technical analysis, 1 and the management and administration of the RBF survey staff. Mr. Crawford has been associated with RBF since 1972. He has a working survey knowledge of many areas of Southern California, including the coastal area, lower deserts, and Orange, Los Angeles, Riverside and San Bernardino Counties. For several years he managed a branch RBF surveying office in Colorado, including hiring and instructing of personnel. He is now responsible for managing all RBF survey crews. EDUCATION: Graduate of California Joint Apprenticeship for Surveyors U.C.L.A. Extension Courses California Land Surveyors Legal Seminar PROFESSIONAL AFFILIATIONS: American Congress of Surveying and Mapping American Society of Photogrammetry California Land Surveyors Association ali I is % S. ROBERT KALLENBAUGH Senior Vice President Civil Engineering EXPERIENCE: Robert Kallenbaugh is a Registered Civil Engineer in the State of California with considerable experience in the management of engineering planning and design for residential and commercial developments, highway design and flood control planning and design. At RBF, he supervises a staff of 50 professional engineers and support personnel in the departmental areas of Land Development Engineering, Engineering Planning, Subdivision Engineering and Public Works Engineering. He is responsible for assigning members to project teams, project scheduling, presentation of projects to governing agencies and technical review of projects ranging from engineering planning studies to construction plans. He monitors project budgets to insure that clients are always aware of their contractural obligations and projects are efficiently engineered. Mr. Kallenbaugh has had extensive experience in the detailed design of drainage and flood control projects throughout Southern California. Prior to joining RBF, he was employed by the Los Angeles Department of Water and Power and the Orange County Flood Control District. EDUCATION: B.S., Civil Engineering, California State PolyTechnic University, Pomona M.S., Civil Engineering, Stanford University PROFESSIONAL AFFILIATIONS: Member, American Society of Civil Engineers Member, National Honor Fraternity of Tau Beta Pi & Phi Kappa Phi Member, American Water Resources Association Orange County Engineers Club Member, Home Builders Council, Building Industry Association Chairman, Orange County Hydrology Manual Review Subcommittee /Technical Advisory Committee I I a] I I I i I ;t i JOHN RICHARDS Director Special Projects EXPERIENCE: John Richards has over 22 years of experience in urban planning administration with governmental agencies and private consulting firms. He spent nine years with the City of Santa Ana, California, Planning Department as division head of the Current Planning Division prior to joining RBF in 1978. His experience includes planning and implementation of residential, commercial and industrial projects. He served as Environmental Evaluator for the City In Its compliance with the California Environmental Quality Act. John has had extensive experience in presentation of both public and private projects to Planning Commissions, Councils and Boards in various cities and counties in Southern California. His current responsibilities Include the supervision and administration of a staff of planning professionals and support personnel. in addition, he Is responsible for the establishment of project coordination and processing for governmental action. EDUCATION: A.A., Pre -Law, Orange Coast College B.S., Public Administration, California State University, Long Beach Certificate in Urban Planning, University of California, Irvine Graduate Studies in Urban and Regional Planning at the University of California, Irvine and U.C.L.A. PROFESSIONAL AFFILIATIONS: Charter Member, American Planning Association Contributing Member, American Academy of Political and Social Science Charter Member, Institute for Urban Design Contributing Member, Academy of Political Science t, Woodward-Clyde Consultants University of California, Berkeley: M.S., Geotechnical Engineering, 1966 University of California, Berkeley: B.S., Structural Engineering, 1964 1 JOHN A. BARNEICH project management q! soil and rock mechanics 1 foundation dynamics earthquake engineering i♦ hazardous waste t, EDUCATION University of California, Berkeley: M.S., Geotechnical Engineering, 1966 University of California, Berkeley: B.S., Structural Engineering, 1964 REGISTRATION Civil Engineer. California PROFESSIONAL HISTORY Woodward -Clyde Consultants, Laboratory and Project Engineer to Associate and Vice President, 1963 -date U.S. Forest Service and City of Alameda, Engineering Aide, 1961 -1963 REPRESENTATIVE EXPERIENCE Mr. Barneich has over 20 years of experience in geotechnical engineering, extending from field and laboratory work to project management. He has supervised geotechnical and foundation investigations for blast effects on hard rock missile silos, instrumentation, and design parameters for a very large underground oil shale retort chamber including blast effects; seismic effects on offshore conduits, pipelines, and transmission line towers; multi -story buildings; earth and concrete dams; and several nuclear power plant projects, including the San Onofre, Cooper, Braidwood, and Clinton nuclear generating stations. These assignments have involved soil - structure interaction studies, liquefaction potential of soils, seismic hazard considerations, slope stability, the development of seismic design criteria for structures and the investigation of hazardous waste sites including sanitary landfills. On specific assignments, he has been project manager for the seismic evaluation of the Chatsworth, Silverlake, Big Dalton, San Dimas, Live Oak, Santiago Creek Dams, Eaton Wash and Dry Canyon Dams, and the proposed new Olive View Hospital. Mr. Barneich has managed multidisciplinary studies involving geotech- nical, geologic, environmental and structural engineering disciplines on projects including a seismic land -use planning study for 200 square miles of Los Angeles County and a seismic risk study for a proposed geothermal plant in the Geyser area, Sonoma County, California. He has also been responsible for the earthquake engineering aspect of several other seismic hazard evaluations; these have included the seismic elements for the cities i of San Fernando, Long Beach, Newport Beach, and Irvine, a detailed investigation of a major freeway interchange near Oxnard, California, Elk Hills pipeline and isolated ele- ments of the Alyeska pipeline. He has consulted on construction blast effects on existing structures including Guri Dam and underground structures in Venezuela and freeway construction blasting near two historic structures (designated as historic monuments) in t Monterey, California and on blast effects on the Alyeska pipeline. JAB 5 -93111 IWoodward-Clyde Consultants D JOHN A. BARNEICH page 2 Mr. Barneich is presently responsible for several machine foundation and vibration moni- toring projects (including construction blasting and traffic noise), and for WCC's on -going geotechnically related (geology, seismology, and earthquake engineering) work for the San Onofre Nuclear Waste Generating Station. In addition, he is in charge of and respon- sible for the development of WCC's Soil and Rock Materials testing facilities. He is also responsible for hazardous waste projects in the southern California area. Mr. Barneich's earlier experience included the design, supervision, and analysis of labora- tory and field projects dealing with such things as dynamic loading, high -speed penetra- tion of the earth by terraballistic projectiles, frozen -earth (cryogenic) problems,: together with the coordination -of the dynamic laboratory testing program completed for BART in San Francisco. AFFILIATIONS American Society of Civil Engineers, Past Chairman of the Los Angeles Section Energy Technical Group Earthquake Engineering Research Institute Seismological Society of America Structural Engineers Association of Southern California PUBLICATIONS Mr. Barneich has several publications to his credit, including several on foundation dy- namics and geotechnical investigation of sanitary landfills. Seismic analysis of building foundations. BSCE -ASCE Geotechnical Lecture Series on Foundation Design for Dynamic and Repeated Loading, Boston, Massachusetts, April 1978. Soil- structure interaction parameters for aseismic design of nuclear power stations (with D.H. Johns and R.L. McNeill). American Society of Civil Engineers, January 1974. Seismic considerations for land -use planning (with R.L. McNeill and H.M. Ewoldsen). Los Angeles County, 1-3, October 1973. iInvestigation techniques for completed sanitation landfills. Proceedings of the 21st Annual Soil Mechanics and Foundation Engineering Conference, The University of Kansas, Lawrence, Kansas, March 1972. The geophysical environment (with Y.R. McLamore and R.L. McNeill). August 1969. Design methods for transient response and isolation of ground - founded micro-precision slabs (with R.L. McNeill, B.E. Margason, and F.M. Babcock). Woodward -Clyde & Associates, November 1968. Optimize deisgn of ground- founded microprecision test pads (with B.E. Margason and F.M. Babcock). August 1967. Design of test pads for transient loadings (with R.L. McNeill and B.E. Margason). August 1967. JAB 5-83/11 Woodyard -Clyde Consultants ALLEN M. YOURMAN, Jr. geotechnical engineering project management EDUCATION Pepperdine University: M.B.A., 1984 University of California, Los Angeles: M.S., Engineering, 1978 University of California, Los Angeles: B.S., Engineering, 1976 REGISTRATION Registered Civil Engineer: California PROFESSIONAL HISTORY Woodward -Clyde Consultants, Senior Project Engineer 1986 -date; Project Engineer, 1983 -1985; Assistant Project Engineer, 1982 -1983 Harding Lawson Associates, Tustin, California, Engineer to Senior Engineer, 1978 -1982 Harding Lawson Associates, Novato, California, Staff Engineer, 1978 University of California, Los Angeles, Post - Graduate Research Assistant, 1976 -1978 REPRESENTATIVE EXPERIENCE Mr. Yourman's experience encompasses all phases of geotechnical engineering, from . Preliminary site selection to consultation during construction. His project experience includes single- family dwellings, large petrochemical and industrial facilities, hospitals, dams, and multi -story buildings. Representative projects include: o Santa Ynez Unit development - a large oil storage and treatment facility in Santa Barbara County involving approximately four million cubic yards of grading, cut slopes 200 feet in height, and fill slopes 80 feet in height o St, Joseph Hospital, San Clemente General Hospital, and East San Gabriel Hospice - additions to existing and new health care facilities, design of which is reviewed by the Office of the State Architect o La Veta Office Building, Centrum South, and Orange Financial Center - multi- story office buildings founded on drilled cast -in -place piers o Day Creek and Lakeview Dams - earth rock and earth fill dams reviewed by the Division of Safety of Dams o Santiago and Green Acres 20- to 66 diameter with pipelines - -inch pipelines alignments crossing several different subsurface conditions in developed areas Mr. Yourman has served as Project Engineer on a number of harbor projects. His experience has ranged from design of single small craft mooring facilities to state-of- the-art design for prototype container wharfs. Representative harbor projects include: o sheetpile barge and ship loading facilities design AMY 2 -86(17 Woodward-Clyde Consultants ALLEN M. YOURMAN page 2 • open field pile supported container handling wharf design • sheetpile and open field pile supported liquid products wharf • breasting and mooring pile design • rehabilitation and enlargement of existing facilities Mr. Yourman has participated in many phases of machine foundation engineering, including site selection, design, and monitoring and recommendations for redesign of existing foundations. He is proficient in computer analyses to model, predict, and analyze machine foundations, and is familiar with design, installation, and observation of both shallow and deep foundations. AFFILIATIONS American Society of Civil Engineers Associate Member Forum AMY 2 -86/17 Ii Woodward-Clyde Consultants 1' ROBERT L. SHOFSTALL geotechnical engineering pavement design EDUCATION Purdue University, West Lafayette, Indiana: M.S., Geotechnical Engineering, 1981 Purdue University, West Lafayette, Indiana: B.S., Agricultural Engineering, 1979 REGISTRATION Civil Engineer; California PROFESSIONAL HISTORY Woodward -Clyde Consultants, Assistant Project Engineer, 1981 -date Purdue University, West Lafayette, Indiana, Research Assistant, 1979 -1981 H.C. Nutting Co., Cincinnati, Ohio, Field Engineer, May - August 1978 -1979 A.M. Kinney, Inc., Cincinnati, Ohio, Laboratory Soil Technician, May - August 1977 REPRESENTATIVE EXPERIENCE Since joining Woodward -Clyde Consultants, Mr. Shofstall has been involved in a variety of geotechnical investigations. His assignments have included both onshore and offshore field investigations, slope stability analyses, the design of flexible and rigid retaining walls, and foundation design for commercial and industrial facilities. Mr. Shofstall has participated in the engineering design analyses for projects such as: o Cabrillo Beach Recreational Complex o Anaheim Stadium Center o Port of Los Angeles Berths 174 -185 Wharf improvements o American Honda Motors, Inc. Corporate Center o Irvine Technology and Bioscience Centers Mr. Shofstall has also been involved with many pavement design projects for roadways and parking lots. This work has included the design of flexible pavements, rigid pave- ments, and pavement overlays. His experience with pavement - related materials includes the use of slag, crushed miscellaneous base, and stabilized base materials. Specific pavement design projects that Mr. Shofstall has been involved with include: o McDonnell- Douglas Aircraft hanger (design of rigid concrete pavement for DC- 10 traffic) o Ontario Center (overlay design for existing roadways subjected to increased highway traffic) o Mission Viejo Mall (evaluation of an existing heaved pavement that utilized lime- ' treated subgrade) o Northrop Johnson Property (design of flexible pavements for heavily loaded forklifts) At Purdue University, Mr. Shofstall extensively researched the feasibility of using foamed asphalt as a soil stabilizing agent. This research extended over a two -year period and included laboratory testing of resistance values, stability, and moisture sensitivity of tested base materials. This research has provided him with a strong background in materials engineering, palticularly with bituminous materials. RLS 4 -86/17 I I i I WILLIAM E. YOCOM ' PROFESSIONAL EXPERIENCE: 1976- Present William E. Yocom Landsca a Architecture, Irvine, CA osition: rincipa 1973 -1976 -1976 Lamm Associates, Engineers, Planners and Landscape rch1A tects, Pomona /Santa Ana /Walnut Creek /Sacramento, CA Position: Director of Landscape Architecture 1967 -1973 Courtland Paul /Arthur Beggs & Associates, Landscape Archi- tects, Pasadena /Corona del Mar, CA Position: Associate ' 1965 -1966 W. Bennett Covert & Associates, Landscape Architects, ' asa ena, C Position: Designer TEACHING EXPERIENCE: Lecturer in Landsca a Design 1 Pasadena City Co ege Lecturer in Landsca a Construction ' Ca ifornia State Polytechnic University Instructor in Landscape Design Saddleback Community Col ege EDUCATION: Bachelor of Science Degree in Landscape Architecture California State Polytechnic University, Pomona, 1966 CREDENTIALS: Re istered Landscape Architect ' ' tate of Ca ifornia Lifetime Instructor's Credential California Community Colleges AFFILIATION: Alpha Zeta Delta Honorary Scholastic Fraternity i I 13 I ROBERT BORTHWICK PROFESSIONAL EXPERIENCE: 1979 - Present Robert Borthwick, ASLA, Landscape Architects, Irvine, CA o ition: Principal 1976 -1979 Reynolds Environmental Group, Environmental Planners 1 Newport Beach, CA Position: Associate 1973 -1976 Takahashi and Takahashi, Landscape Architects, Irvine, CA osition: Principal 1972 -1973 POD, Inc., Landscape Architects, Orange, CA Pos Lion: Project Manager 1969 -1972 Re Holds and Associates, Landsca a Architects, Newport Beach, C Position: Project Manager 1968 -1969 Cit of Alhambra, Planning Department, Alhambra, CA Position: Community Planner I TEACHING EXPERIENCE: 1975 - Present Saddleback College Intro uction to Landscape Design 1977 Saddleback College ' Forum Lecture Series EDUCATION: Bachelor of Science Degree in Environmental Design California State Polytechnic University, Pomona, 1969 Associate in Arts Degree, Architecture ' East Los Angeles College, Los Angeles, 1966 PROFESSIONAL AFFILIATION: American Society of Landscape Architects I I ROBERT BORTHWICK Page 2 I F CREDENTIALS: Re istered Landsca a Architect State o a ifornia 354 Licensed 1972) Lifetime Instructor Credential California Community Colleges AWARDS: Certificate of Distinction, American Institute of Planners- - Member of Panning Task Group which directed preparation ' of the Aliso Creek Corridor Specific Plan, 1978 Resolution of Commendation, Orange County Board of Super - visors - -In re ation to membership on Fire Protection Plan- ning Task Force, 1977 Honor Award, Laguna Beach Beautification Council - -For ' a iope Court Office Complex, 1981 Award of Exce tional Service, Saddleback Area Coordinating Counci - -For wort related to Aliso Creek regional planning involvement, 1975 -1976 Award of Merit, American Society of Landscape Architects- - For "High Desert Ecology Study," 1968 COMMUNITY . .' ACTIVITIES: Public /Professional Member: Aliso Creek Corridor Planning Task Group, County of Orange, 1975 -1982 Honored Donor (Professional Services): Fairview State Hospital, Costa Mesa, 1981: Present Board of Directors: South Coast YMCA, 1982 I F 11 41 11 EDUCATION: {1 11 ARTHUR D. GUY III Landscape Architect Bachelor of Science Degree in Landscape Architecture California State Polytechnic University, Pomona, CA 1979 Attended California state University and Colleges International programs, Florence, Italy, for senior and special studies 1977 -1978 EXPERIENCE: 1983 - Present Arthur D. Guy III, Landscape Architect Corona del Mar, CA Sole proprietorship involving commercial, multi - residential, custom residential and irrigation consulting. ,i 1979 -1983 Olson Associates Irvine, CA In a capacity of Associate, worked on a variety of projects ranging from residential scale to a 600 unit housing Bevel- , opment in Aliso Viejo, California, involving two model complexes, park site and phasing of two housing types over a three year build -out program. Olson Associates, specializing in irriga- tion design, has provided for the additional management and design of numerous irrigation projects in the private and public sector. 1979 L. D. King Engineering Newport Beach, CA Assisted on a variety of planning, landscape architectural and irrigation- oriented projects. Directed and managed the first of a series of water management studies for the 20,000 acre, planned community of Mission Viejo. 1976 -1977 Kobata Associates Brea, CA Worked as a draftsman learning the technical tools in a variety of residential and commercial projects while attending school. ' ACHIEVEMENTS: Registered Landscape Architect State of California Guest Lecturer California State Polytechnic University Cum Laude Graduate . Sigma Lambda Alpha Honorary Scholastic Fraternity 'i I JHERMAN KIMMEL 1� PRESENT POSITION: President Herman Kimmel & Associates, Inc. EXPERIENCE: Mr. Kimmel has been actively engaged in transportation and traffic engineering in excess of 30 years. He founded Herman Kimmel & Associates, Inc. in 1968, follow - ing 11 years (1957 -1968) with the Orange County Road Department. With Orange County, Mr. Kimmel served as Traffic Engineer, with supervisory responsibility for all County traffic engineering programs. Prior to his association with Orange County, Mr. Kimmel was employed by the State of California Division of Highways as a Design Engineer, specializing in freeway and major highway development. He joined the Division of Highways in 1953, shortly after attending the University of California, Los Angeles. Mr. Kimmel is a registered Professional Engineer with a Traffic Engineer specialty in the State of California. MEMBERSHIP IN ORGANIZATIONS: Institute of Transportation Engineers Orange County Traffic Engineering Council, Chairman (1966 -67) IREGISTRATION: California TR. 153 ), IH. WILLIAM DICKSON 1' PRESENT POSITION: Vice President Herman Kimmel & Associates, Inc. 1 EDUCATION: Wisconsin State University - Platteville B.S.; Civil Engineering EXPERIENCE: Following graduation, Mr. Dickson was employed by the Riverside County Road Department in the Highway Design Section. In 1966, Mr. Dickson was appointed Assistant Traffic Engineer for the County of Riverside. In late 1970, Mr. Dickson joined Herman Kimmel & Associates, Inc. He is experi- enced in all phases of both civil and traffic engineering. Some of the projects Mr. Dickson has personally handled include the development of an accident record and reporting system for Riverside County, and a traffic volume tabulation system for the same agency. He prepares traffic signal designs and safety lighting, as well as supervising others in plan preparation. Mr. Dickson has personally supervised traffic engineering design, traffic engineering studies, and has conducted traffic engineering analysis related to major developments in many cities. He is responsible for preparation of signing and striping plans, detour plans, and construction traffic control plans. He is well qualified in all aspects of traffic and transportation. MEMBERSHIP IN ORGANIZATIONS: Institute of Transportation Engineers REGISTRATION: California, C.E. 19417 California, TR. 39 1 i' 1' R. PAUL GRIMM l' PRESENT POSITION: Manager of Traffic signal Division - Design and operations EXPERIENCE: Mr. Grimm has been involved in- traffic signal design and operation since 1956. Mr. Grimm began his career with the State of California in 1955 and shortly there- after, was assigned to the Traffic Engineering Section. During his employ- ment with the State of California, Mr. Grimm served on the Design Standards Review Committee and the TOPICS Review Committee. He was responsible for opera- tion of traffic- adjusted computerized signal systems in the Southern California area. In 1972, Mr. Grimm became associated with Herman Kimmel & Associates, Inc. as a specialist in the design and operation of traffic signal systems. Herman Kimmel & Associates, Inc., by virtue of Mr. Grimm's complete knowledge of traffic signals, traffic - oriented computer system applications, offers complete signal service from the preliminary design stage to the implementation and operational analysis of the finished product, includ- ing traffic- oriented computer system application. Innovative design is a specialty. I i Mr. Grimm has been utilized as a consultant by several manufacturers in development of new traffic control systems. MEMBERSHIP IN ORGANIZATIONS: Institute of Transportation Engineers Traffic Signal Association President - 1969/70 REGISTRATION: California, TR. 51 3 11 EDWARD F. GRANZOW PRESENT POSITION: Manager of Studies Herman Kimmel & Associates, Inc. II 7 i' EDUCATION: International Correspondence Schools Civil Engineering I' University of California Traffic Engineering University of Southern California i Management ! EXPERIENCE: Mr. Granzow has been active in the field of Transportation Engineering since 1948. He was first employed in the discipline by the City of Pasadena, California. In 1952, he became the first .I Traffic Analyst of the City of Pasadena. In 1960, he was employed by the City of Anaheim as Traffic Engineer, until his retirement from municipal work in 1974. While with the City of Anaheim, Mr. Granzow was responsible for all phases of traffic engineering. Since his retirement and association with Herman Kimmel & Associates, Inc., his work has been primarily in the field of traffic studies. MEMBERSHIP IN ORGANIZATIONS: Institute of Transportation Engineers Orange County Traffic Engineering Council, Chairman 1964 -65. REGISTRATION: California, TR. 25 II 7 !' (' HERBERT L. GLUESING PRESENT POSITION: Traffic Signal and Highway Lighting Design Engineer 1i Herman Kimmel & Associates, Inc. EXPERIENCE: Prior to joining Herman Kimmel & Associates, Mr. Gluesing was employed by the Cities of Fullerton, California, and Newport Beach, California. During his three years with the City of Fullerton, he directed his attention to the Traffic Engineering field, where he was involved in traffic data collection and analysis, and preparation of traffic signal, and signing and striping plans. Upon employment with the City of Newport Beach, and during his 12 years there, Mr. Gluesing became involved in all phases of traffic engineering, with specialization in traffic signal design and operations, and highway lighting systems. ® Since joining Herman Kimmel & Associates, Inc., Mr. Gluesing has been involved in the design of individual traffic signals, I ' MEMBERSHIP IN ORGANIZATIONS: II traffic signal systems (including two 55 intersection master computer systems), and highway lighting systems. In his present capacity, Mr. Gluesing prepares, and /or supervises the prepara- tion of traffic signal and traffic signal system construction plans. Mr. Gluesing graduated from California State University, Long Beach, with a degree in Civil Engineering, and has completed additional courses and seminars in traffic signal design and operation, master computer systems, and highway lighting design. Traffic Signal Association Institute of Transportation Engineers I, GARY A. TOLMIE PRESENT POSITION: Engineering Associate Traffic Signal and Lighting Division EXPERIENCE: Mr. Tolmie has been associated with Herman Kimmel & Associates, Inc. for over 13 years. He was employed as a draftsman in September, 1970. Since that time, he has become very experienced in design of and equipment requirements of all types of traffic signals and lighting. Mr. Tolmie conducts all field reviews of traffic signal and lighting equipment, intersection and street topography, and other features necessary to successfully and satisfactorily design new traffic signals and lighting or to modify older installations. Mr. Tolmie has undertaken educational courses related to street marking, signi- ng, and other areas pertinent to traffic engineering operations. I' I' I' ,I JOSEPH G. DE REMER PRESENT POSITION: Operations Engineer Traffic Signal and Lighting Division EDUCATION: MEMBERSHIP IN ORGANIZATIONS: REGISTRATION: Mr. De Remer has been active in the Traffic Engineering profession since 1962, the majority of this time in the field of traffic signal and street light- ing design and operation. His experience was gained through employment with the California Division of Highways. Since 1977, his specialization has been in the area of operations and programming micro- processors for coordinated and isolated traffic signal control systems. Mr. De Remer joined Herman Kimmel & Associates, Inc. in 1983. His specialty is design, construction inspection, and operation of traffic signals and systems. Prior to retiring from Caltrans, Mr. De Remer spent the last 15 years as a State inspector on traffic signal and street lighting construction projects in the 3 County area of Ventura, Los Angeles, and Orange, which included final inspection, turn-on and signal timing. Mr. De Remer attended Bucknell University and the University of Pittsburgh, majoring in electrical engineering. Institute of Transportation Engineers Traffic Signal Association California, TR. 367 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR L y Public Works Department �Q c�L ✓� FROM: CITY CLERK 7 DATE: July 1, 1986 SUBJECT: Contract No. C- 2591(B) Description of Contract Coast Highway Widening Newport Boulevard to Westerly of Orange Street (Engineering Services Agreement) Effective date of Contract T,,.,A 97 1996 Authorized by Minute Action, approved on June 23, 1986 Contract with Robert Bein, William Frost and Associates Address 1401 Quail Street P.O. Box 2550 Newport Beach, CA 92658 -8984 Amount of Contract (See Agreement) Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 AGREEMENT AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR COAST HIGHWAY (SRI) WIDENING NEWPORT BOULEVARD (SR55) TO WESTERLY OF ORANGE STREET THIS AGREEMENT is made and entered into this 2-7 day of 1986, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY ", and the firm of ROBERT BEIN, WILLIAM FROST AND ASSOCIATES, a California corporation, hereinafter referred to as "ENGINEER." WITNESSETH: WHEREAS, CITY under terms of an agreement with the California Department of Transportation (CalTrans), dated June 23, 1986, has been authorized by CalTrans to obtain professional engineering services for the preparation of plans, specifications and engineer's estimate of cost for the improvement of Pacific Coast Highway from Newport Boulevard to westerly of Orange Street, hereinafter referred to as "PROJECT "; and WHEREAS, the Environmental Impact Statement has been prepared by CalTrans; and WHEREAS, CITY intends to prepare final engineering and construction documents for the improvement of Pacific Coast Highway from Newport Boulevard to westerly of Orange Street, hereinafter referred to as "PLANS "; and WHEREAS, ENGINEER has submitted a proposal dated June 19, 1986, to CITY to perform the professional engineering services in conjunction with the pre- paration 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. Time is of the essence in this Agreement. B. The term of this Agreement shall commence on the day this + Agreement is made and entered into, and shall terminate one year hence unless 1of16 , i L 0 terminated earlier as set forth herein or extended by mutual consent of ;:e par- ties. C. No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated herein, shall be binding on any of the parties hereto. D. The consideration to paid ENGINEER as provided herein, shall be in compensation for all of ENGINEER's expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided. E. CITY engages ENGINEER to perform the services hereinafter described in Exhibit "A" for the compensation herein stated. F. ENGINEER agrees to perform said services upon the terms and conditions hereinafter set forth. G. ENGINEER represents that it employs, or will employ, at its own expense, all personnel required in performing the services required under this Agreement. H. 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. I. ENGINEER shall comply with all Federal, State and local laws and ordinances applicable to the work. J. ENGINEER warrants and guarantees that all services hereunder shall be provided in a manner commensurate with the highest professional stan- dards and shall be performed by qualified and experienced personnel. II. ENVIRONMENTAL PROTECTION ENGINEER is required to comply with all applicable standards, orders or requirements issued under Section 3067 of the Clean Air Act (42 U.S.C. 1857 (h)), Section 508 of the Clean Water Act (33) U.S.C. 1368), Executive 2of16 0 Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15) which prohibit the use under non - exempt Federal contracts, grants or loans of facilities included on the EPA List of Facilities. Violations shall be reported to the Federal Highway Administration and to the U.S.E.P.A. Assistant Administrator for Enforcement. III. SAFETY ENGINEER shall comply with OSHA regulations regarding shoring and other necessary safety equipment or procedures. ENGINEER shall comply with safety instructions issued by the CITY or its designee. Crew members shall wear hard hats and orange safety vests at all times while working on site. ENGINEER shall conduct weekly safety meetings throughout the period of field work; all crew members shall attend. Personal safety equipment shall be provided by ENGINEER. IV. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, ENGINEER hereby swears under penalty of perjury that no final unappealable finding of contempt of court by a Federal Court has been issued against ENGINEER within the immediately preceding two -year period because of ENGINEER's failure to comply with an order of a Federal Court which orders ENGINEER to comply with an order of the National Labor Relations Board. V. SERVICES TO BE PERFORMED BY ENGINEER A. ENGINEER hereby agrees to perform all the services as outlined in EXHIBIT "A" attached hereto and by this reference made a part hereof. B. ENGINEER will make all personnel assigned to this Agreement available to testify, if necessary, at public hearings on subject matter dealt with in this Agreement. VI. DUTIES OF CITY CITY hereby agrees to supply ENGINEER all information, materials, data, reports, records and maps as are existing and available from 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 3 of 16 F , the work without delay. Such information and materials shall include but not be limited to: A. Mylar plan and profile or plan sheets for the preparation of Plans. B. Consultation with ENGINEER as required to accompish completion of the Plans. VII. OWNERSHIP OF DOCUMENTS All products used or developed in this project will remain in the public domain becoming the property of CALTRANS at the completion of this pro- ject. All survey notes, sketches, plans, specifications and other data prepared shall be delivered to CITY. There shall be no restriction or limitation of their further use. No material prepared in connection with the project shall be subject to compyright in the United States or in any other country. VIII. CONFIDENTIALITY OF DATA A. All financial, statistical, personal, technical or other data and information relative to CITY's or CALTRANS' operations, which is designated confidential by CITY or CALTRANS, and made available to ENGINEER in order to carry out this Agreement, shall be protected by ENGINEER from unauthorized use and disclosure through the observance of the same or more effective procedural requirements as are applicable to CITY or CALTRANS. B. Permission to disclose information on one occasion or public hearing held by CITY or CALTRANS relating to the PROJECT shall not authorize ENGINEER to further disclose such information or disseminate the same on any other occasion. C. Each subcontract shall contain provisions similar to the foregoing related to the confidentiality of data and nondisclosure of the same. D. ENGINEER shall not issue any news release or public relations item of any nature whatsoever regarding work performed or to be performed under this contract, without prior review of the contents thereof by CITY or CALTRANS and receipt of CITY's and CALTRANS' written permission. 4 of 16 S 9 • IX. PATENT RIGHTS Patent rights to any invention, improvement, or discovery conceived or for the first time actually reduced to practice by the ENGINEER or its employees, in the course of, in connection with, or under the terms of this Agreement shall be wholly owned by the CITY or CALTRANS. X. COPYRIGHT All reports, project maps, and other documents prepared in connec- tion with the PROJECT and funded in whole or part by CITY shall contain a stan- dard notice that the materials were prepared under a contract with the CITY. CITY shall have unrestricted authority to publish, disclose, distribute, and otherwise use in whole or in part such documents. In addition, no material pre- pared in connection with the PLANS shall be subject to copyright in the United States or in any other country. XI. WORKERS' COMPENSATION Pursuant to the requirements of Section 1860 of the Labor Code (Chapter 1000, Statutes of 1965), the CONSULTANT will be required to secure the payment of workers' compensation to his employees in accordance with the provi- sions of Section 3700 of the Labor Code. XII. INSURANCE A. ENGINEER shall furnish certificates, prior to commencement of the work described herein, showing insurance in force as follows: 1. Public Liability and Property Damage insurance in an amount not less than One Million Dollars ($1,000,000) per occurrence. 2. Architect's and /or Engineer's Professional Liability insurance in an amount not less than One Million Dollars ($1,000,000). 3. Valuable Papers insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes, computations, memoranda, reports, or other similar data relating to the work of the ENGINEER used in the completion of the PROJECT. B. Excepting the Professional Liability coverage, insurance cer- tificates shall name both the ENGINEER, the CITY, and the State as insureds. 5 of 16 XIII. ENGINEER IN CHARGE 0 GAIL PICKART is designated the Engineer -in- Charge on behc f of ' ENGINEER. CITY reserves the right to approve any substitution of the ENGINEER -in Charge. ENGINEER's key personnel as indicated in their Statement of Qualifications (Attachment A) may not be substituted without CITY's prior writ- e ten approval In the event of termination of the Engineer -in- Charge, the designated replacement shall be a licensed Civil Engineer in the State of California. XIV. PROJECT MANAGER A. CITY hereby designates John Wolter as Project Manager, and hereby delegates to said Project Manager the authority to manage and coordinate this Agreement. The Project Manager is responsible for review and approval of ENGINEER's monthly invoices. The Project Manager will be available for advice and comment on all work under this Agreement. He shall meet with ENGINEER and its subcontractors to discuss ENGINEER's and subcontractors' progress and to give guidance. B. ENGINEER and its subcontractors agree that the Project Manager will have full access to information regarding this project so that the Project Manager's role may be carried out. ENGINEER and its subcontractors will honor reasonable requests from the project Manager for information pertaining to the technical aspects of the PROJECT. C. CITY will provide sufficient staff engineering assistance to allow effective coordination with the ENGINEER. This assistance shall take the form of providing ENGINEER information when problems are identified in meeting the objectives of the work, monitoring progress toward meeting these objectives, and other more general liaison functions necessary in administering the Agreement. XV. CALTRANS STAFF A. CALTRANS staff will be permitted to work side by side with ENGINEER staff to the extent and under conditions that may be directed by Project Manager. In this regard, CITY or CALTRANS staff will be given access to all data, working papers, etc., which ENGINEER may seek to utilize. 6 of 16 B. ENGINEER will not be permitted to utilize CITY or CALTRANS per- sonnel for the performance of services which are the responsibility of ENGINEER unless such utilization is previously agreed to in writing by the Project Manager, and any appropriate adjustment in price is made. No charge will be made to ENGINEER for the services of CITY or CALTRANS employees while performing coordinating or monitoring functions. XVI. TERMINATION A. CITY may terminate this Agreement at any time for its own con- venience 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 such, at the option of the 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 Proposal (Exhibit B), but not to exceed the maximum fee set by this Agreement under Section XXIII, FEE SCHEDULE AND PAYMENT. B. CITY may, by written notice to ENGINEER, terminate 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 2. If ENGINEER fails to perform the services called for by this Agreement or so fails to make progress as to endanger performance 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 of time as CITY may authorize in writing) after receipt of notice from CITY specifying such failure. C. ENGINEER agrees that if because of death or any other occurrence it becomes impossible for any principal or employee of ENGINEER to render the services required under this contract, neither the ENGINEER nor the surviving principals shall be relieved of any obligation to render complete per- 7 of 16 i s • formance. However, in such event, CITY may terminate this Agreement if it con- siders the death or incapacity of such principal or employee to be a loss of such magnitude as to affect the ENGINEER's ability to satisfactorily complete the performance of this contract. D. ENGINEER and all successors, executors, administrators and assigns of ENGINEER's interest in the work or the compensation herein provided shall be bound to CITY to the full legal extent to which ENGINEER is bound with respect to each of the covenants of this contract. E. In the event proceedings in bankruptcy are commenced against ENGINEER, ENGINEER is adjudged bankrupt or a receiver is appointed and quali- fies, then CITY may terminate this Agreement and all further rights and obliga- tions hereunder, by giving five days notice in writing in the manner specified herein. It is recognized by the parties that equipment purchased by ENGINEER or CITY for this PROJECT shall have lien rights held in the name of the CITY which shall retain lien rights until ENGINEER either returns said equipment to CITY or purchases it as is provided by the terms of this Agreement. XVII. DISPUTES A. Except as otherwise provided in this Agreement, any dispute concerning a question of fact arising under or relating to the performance of this Agreement which is not disposed of by agreement shall be decided by CITY's Public Director of Public Works, who shall reduce his decision to writing in regard to the dispute and shall transmit a copy thereof to ENGINEER. The deci- sion of the Director shall be final and conclusive unless, within thirty (30) days from the date of receipt of such copy, ENGINEER transmits to CITY a written appeal. Said appeal shall be supported with specificity. In connection with any appeal proceeding under this clause, ENGINEER shaall be afforded an oppor- tunity to be heard before the State and to offer evidence in support of its appeal. B. Neither the pendency of a dispute nor its consideration by the Director will excuse ENGINEER from full and timely performance in accordance with the terms of the Agreement. XVIII. COORDINATION ENGINEER shall work closely and cooperate fully with the Project 8 of 16 Manager or his designated representative and Cal Trans. The Project Manager or his designated representative shall constantly review and give his approval of the details of the work as it progresses, subject to overall review by CalTrans. Reviews and inspection of the work may be made by CITY and CalTrans at reasonable times during the performance period of this Agreement. XIX. NOTIFICATION All notices hereunder and communications regarding interpretation of the terms of this Agreement and changes thereto shall be effected by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid and addressed as follows: ENGINEER CITY Robert Bein, William Frost and Assoc. City of Newport Beach Attn: Gail Pickart, Vice President Public Works Director P. 0. Box 2590 P.O. Box 1768 1401 Quail Street 3300 Newport Boulevard Newport Beach, CA 92658 -8984 Newport Beach, CA 92658 -8915 Copy to: Mr. W. 0. Weldele Project Development Branch B Cal Trans, District 7 P. 0. Box 2304 Terminal Annex Los Angeles, CA 90041 XX. TIME OF COMPLETION The work required as set forth in Exhibit "A" shall commence within ten (10) calendar days of CITY's written Notice to Proceed and shall be completed in accordance with the Schedule attached hereto as Exhibit "C" con- tingent upon actual review and approval time requirements. 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 any time by reason of strikes, acts of God, the public enemy, fire, flood, epidemics, quarantine restrictions, 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 justification for such delay, then 9 of 16 s 0 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 tG do so shall constitute a waiver thereof; provided, that in case of a continu nq cause of delay only one claim will be necessary. CITY shall decide whether an( 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 calim against CITY for additional com- pensation. EWNGINEER 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 compensation on account of such delay. XXI. BUDGET DISCLAIMER A. It is mutually understood between the parties that this Agreement may have been written before ascertaining the availability of congressional appropriation of funds for the mutual benefit of both parties in order to avoid program and fiscal delays which would occur if the Agreement were executed after that determination was made. B. Should funds not be appropriated by the California State Legislature for the fiscal years covered by this Agreement, CITY shall exercise its option to terminate this Agreement. XXII. NO REIMBURSEMENT FOR COST PRIOR TO NOTICE TO PROCEED ENGINEER may not commence performance until the Agreement has been approved by CITY and a separate written Notice to Proceed is received by ENGINEER. No payment shall be made prior to these approvals nor for any work performed prior to these approvals. XXIII. FEE SCHEDULE AND PAYMENT The basis of payment for the services provide under this Agreement shall be cost - plus -a- fixed -fee. 10 of 16 r A. CITY shall reimburse ENGINEER for actual costs (including labor costs, employee benefits, overhead and other direct costs) incurred by ENGINEER in performance of the work, in an amount not to exceed exclusive of any fixed 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 XXIII.A above, CITY shall pay ENGINEER a net fee of Thirty -one Thousand Five Hundred Thirty Dollars ($31,530). Said fixed fee shall not be altered unless thereis signifi- cant alteration in the scope, complexity or character of the work to be per- formed. C 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 ENGINEER's headquarters which is hereby designated as Newport Beach, 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 Stae Board of Control rules and regulations. D. Total expenditures made under this Agreement including the fixed fee shall not exceed the sum of Four Hundred Twenty -five Thousand Three Hundred Ninety Dollars ($425,390). E. ENGINEER agrees that the Contract Cost Principles and Procedures, CFR 48, Federal Acquisition Regulations System, Chapter 1, Part 31, shall be used to determine the allowability of individual items of cost. ENGINEER also agrees to comply with Federal procedures in accordance with Office of Management and Budget Circular A -102, Uniform Administrative Requirements for Grants -in -Aid to State and Local Governments. F. The direct labor rates, overhead and employee benefit percen- tages set forth in Exhibit "B" are effective for the period of July 1986 through through July 1987. The direct labor rates, overhead and employees' benefit per- centages are subject to review and update on an annual basis by ENGINEER. Such updates shall be subject to CALTRANS and FHWA approval for those portions of the work performed under this Agreement taking place after December of 1987. The new rates and percentages shall be used to readjustthe total not to exceed fee for those portions of the work not accomplished by December of 1987. 11 of 16 0 0 G. CITY agrees to pay 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 incurred in the per - formance of this Agreement plus a pro -rata portion of the fixed fee as described in Paragraph B above. 2. Invoices must be accompanied by written progess reports which describe the work performed in the period covered by the invoice. 3. CITY shall withhold ten percent (10 %) of each progress payment. This retention will be paid upon satisfactory completion of the Agreement, including acceptance and approval by CALTRANS of all reports, plans, and other products to be provided by ENGINEER. 4. Promptly after the receipt of each invoice but in no event later than thirty (30) days after this receipt and approval, CITY shall make a partial payment based on the invoice amount less ten percent (10 %) retention of allowable costs. XXIV. EQUIPMENT PURCHASE A. Any equipment purchased as a result of this Agreement is sub- ject to the following: ENGINEER shall maintain an inventory of all nonexpen- dable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $150 of more. If the purchased equipment needs replacement and is sold or traded in, CITY shall receive a proper refund or credit. At the conclusion of the contract or if the contract is terminated, the ENGINEER may either keep the equipment and credit the CITY in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established CITY procedures. If the ENGINEER elects to keep the equipment, fair market value shall be determined on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to the CITY and the ENGINEER. If it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by the CITY. B. Prior authorization in writing by the CITY shall be required before ENGINEER enters into any non - budgeted purchase order or subcontract 12 of 16 exceeding $100 for supplies, equipment or consultant services. The ENGINEER shall provide an evaluation of the neccesity or desirability of incurring such costs. For purchase of any item, service or consulting work not covered in the ENGINEER's proposal and exceeding $500, three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. XXV. ANTITRUST ACTIONS ENGINEER's attention is directed to the following provision of Government Code Sections 4551 and 4552 (Stats. 1978, Ch. 414) which shall be applicable to the ENGINEER and its subcontractors on public works contracts or to the bidder on consultant contracts for the purchase of goods, materials or services; "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the Contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act [Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code], arising from purchases of gods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Contractor without further acknowledgement by the parties. "In submitting a bid to a public body, the bidder agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act [Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code], arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder." 13 of 16 a XXVI. PROJECT SCOPE REVISIONS 0 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 between 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 imme- diately, execution of the supplemental authority covering such changes shall be accomplished as soon as practicable. XXVII. HOLD HARMLESS ENGINEER shall save harmless the CITY and STATE, their officers, agents, and employees from all claims and liability due to the negligent acts of ENGINEER, subcontractors, agents and employees of ENGINEER and his subcontractors. XXVIII. SUBCONTRACTS ENGINEER shall not subcontract any portion of the work required by this Agreement, except as expressly stated in Exhibit "B" without prior written approval of CITY. Upon termination of any subcontractor, CITY shall be imme- diately so notified in writing. All terms and conditions of this Agreement shall be applicable to any subconsultant whose cost exceeds Ten Thousand Dollars ($10,000). XXIX. RECORDS AND REPORTS ENGINEER and any subcontractor to ENGINEER agree to maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred. ENGINEER and any subcontractor to ENGINEER agree to make these materials and ENGINEER's records supporting costs available at their respective offices at all reasonable times during the performance of this Agreement and for four years from the date of final payment made by CITY to its construction contractor for this PROJECT. CITY, CALTRANS, the State Auditor General, the Federal Highway Administration, the General Accounting Office, or any other authorized representative of the Federal Government shall have access to any books, records and documents of ENGINEER and its subcontractors that are per- tinent to the contract for audits, examinations, excerpts and transactions, and 14 of 16 copies thereof shall be furnished if requested. XXX. NON- SOLICITATION WARRANTED ENGINEER warrants, by execution of this Agreement, that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, bro- kerage, or contingent fee, excepting bona fide employees or bona fide estab- lished commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY shall have the right to annul this Agreement without liability, pay only for the actual cost of the work actually peformed, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. XXXI. 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 transac- tion, 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 interest under applicable laws. ENGINEER hereby convenants 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. 15 of 16 XXXII. CONGRESSIORAL CONFLICT OF INTEREST Interest of members of or delgates 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. XXXIII. NONDISCRIMINATION ENGINEER agrees to comply with the provisions of Appendix A and agrees that Appendix A shall be made applicable to any subcontract in excess of Ten Thousand Dollars ($10,000). XXXIV. ASSIGNMENT This Agreement shall be binding on the successors and assigns of the parties, but it shall not be assigned either in whole or in part by ENGINEER without the prior written consent of CITY. XXXV. CONTRACTUAL RELATIONSHIP ENGINEER, and the agents and employees of ENGINEER in the perfor- mance of this Agreement, shall act in an independent capacity and not as offi- cers or employees or agents of CITY or CalTrans. IN WITNESS WHEREOF, said parties have executed this Agreement as of the date and year first above written. CITY 0 WPORT BEACH, a m icip torpor tion ATTEST: /I /4:�' /--) By. Mayor City Clerk ROBERT IN, W IAMij APPROVED AS TO FORM: Ora 1, - V_(n� By: (26" Ct y Attorney PK F-3 ) bE.titT Address and Phone: CITY OF NEWPORT BEACH 3300 Newport Boulevard P. 0. Box 1768 i Newport Beach, CA 92658 -8915 (714) 644 -3311 ROBERT BEIN, WILLIAM FROST AND ASSOCIATES 1401 Quail Street P. 0. Box 2550 Newport Beach, CA 92658 -8984 (714) 833 -0070 16 of 16 IATES NONDISCRIMINATION CLAUSE (ocr - 1) During the performance of this contract, contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of race, reli- gion, color, national origin, ancestry, physical handicap, medical condition, marital status, age (over 40) or sex. Contractors and subcontractors shall insure that the evalLl- tion and treatment of their employees and applicants for employment are free of such discrimination. Contractors and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code, Section 12900 . et se?.) and the applicable regulations promulgated thereunder (California Administrative Code, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 2990, set forth in Chapter 5 of Division 4 of Title 2 of the Ca i- fornia Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement, 2, This contractor shall include the nondiscrimination and com- - pliance provisions of this clause in all subcontracts to perform work under the contract, STD. 17A (NEW 5.03) APPENDIX A 1 SCOPE OF ENGINEERING SERVICES PACIFIC COAST HIGHWAY (PCH) WIDENING ; NEWPORT BLVD. (S.R. 55 TO W'LY OF ORANGE STREET) CITY OF NEWPORT BEACH EXHIBIT "A" TASK DESCRIPTION A. Research, Investigation & Review 1. Collect and review right -of -way documents and "as- built" plans for the existing improvements along Coast Highway. 2. Conduct a field review with ground photo inventory and provide an analysis necessary to ensure that the record plans accurately represent the existing conditions. 3. Review right -of -way requirements including slope easements, construction easements and reference documents. B. "Conceptual" Geometric Design Plans 1. Prepare geometric plans (1" =501) from aerial topographic map which detail lane widths, right -of -way requirements, joins to existing and proposed improvements. For this proposal, we anticipate that for the purpose of the design concept approvals, a concept plan should be prepared on a single roll mylar. The base plans prepared as a result of this task will be utilized to develop final design plans. 2. Prepare geometric plan (1 " =201) for the Newport Boulevard (Arches Interchange) ramp design and joins. 3. Prepare geometric plan W' =209 for the Superior Avenue /Balboa Boulevard /Coast Highway intersection, including all turning and through lanes. 4. Prepare geometric plans (1" =20) for the intersections at Prospect Street and Orange Street, including all turning and through lanes. 5. Prepare typical sections. C. Field Survey & Aerial Topographic Mapping 0 0 Perform aerial topographic mapping services to prepare aerial topography at a scale of 1 " =50' suitable for enlargement to 1" =20' scale with a one-foot contour interval for plan base sheets. Perform field survey to (1) edit the aerial topography; (2) ;:btain additional mapping data including field culture; (3) cross sections; (4) spot elevations as necessary; and (5) potholed utility location survey. D. Soils, Geotechnical Pavement Investigation 1. Soils & Geotechnical Investigation Conduct detailed soils and geotechnical investigation necessary to recommend new pavement sections, evaluate existing pavement sections, excavation, fill, compaction, ground water conditions, bearing pressures for foundation and wall designs, slope stabilization, and other information as required. 2. Pavement Testing Analyze existing pavement on PCH for the approximately 1.7 mile length by deflection testing. Core existing pavement to deter- mine existing street sections and overlay thickness requirements. Core locations should utilize proposed median areas when possible. Traffic index requirements and new pavement section criteria are to be provided by CalTrans. Prepare Traffic Control Plans to accommodate coring and deflection testing within PCH. E. Utilitv Research & Notification A detailed utility research will be conducted by CalTrans. From the information provided by CalTrans, review and compile information. Prepare utility plans at 1" =50' scale showing locations of existing utilities in accordance with CalTrans Policy Overhead and Under- ground Utilities on State Highways. Identify locations of potential conflicts between utilities and planned improvements, including high risk facilities. Special attention should be given to the proposed storm drain crossing:: within the highway. RBF will be responsible for determining locations of sewer and storm drainage installations from "as- built" information. CalTrans will arrange for potholing of utilities by the respective owners and provide precise locations for inclusion on the plans. RBF will provide survey to locate potholed utilities. CalTrans will coordinate with the utility companies affected by the project including preparation and issuance of appropriate utility notifications and related follow -up. Notifications shall consist of the following: Utility Information Request - Ask utility for location, size, etc., of its facilities within project limits. This notice is forwarded concurrent with commencement of design. F. G. 0 0 Identify Relocate Notice Locations - In the event relocation of utilities is indicated, identify utilities to be relocated and provide information to the City of Newport Beach for their processing of relocate notices. Notice to Relocate - Prior to project bidding, assist City in the preparation of notices to relocate for transmittal to affected utility agencies, as previously identified, requesting immediate relocation in accordance with the previously determined agreed upon schedule. Right -of -Way Investigation & Legal Descriptions Review (1) title report and assessor maps; (2) record maps; (3) centerline monuments supplied by City /CalTrans and determine centerline alignment and right -of -way widths; and (4) prepare right -of -way base maps, appraisal maps, record maps, legal descrip- tions and other documents necessary to obtain right -of -way, slope easements and construction easements in accordance with criteria established by CalTrans. Right -of -way work will be coordinated with and completed Po CalTrans approval. CalTrans is to acquire the necessary right -of -way and easements. For the purpose of this proposal, a maximum of four (4) legal descriptions have been allocated as well as an additional five (5) corner cutoff descriptions. Sound Wall 1. Preliminary Plans & Exhibits Prepare a maximum of two (2) exhibits to provide coordination with property owners to accommodate the aesthetic considerations of the community. Estimated Plan Sheets: 2 2. Design Plans In accordance with the Environmental Impact Statement and CalTrans Noise Study, prepare plans necessary to construct six to eight foot high sound wall adjacent to the south side of highway. Due to a limited area available for construction, alternative methods for wall foundation construction may be necessary at various locations. Sound attenuation requirements will incorporate the recommendations indicated in the draft EIS and CalTrans Noise Study for the project. (Report No. FHWA -CA- EIS- 85 -02 -D ) Locations and heights of walls to be shown on roadway improvement plans with profile details to be included on separate sheets. Estimated Plan Sheets: 7 H. Drainage 1. Preliminary Drainage & Hydrology Study 1: Review CalTrans preliminary drainage studies as well as other studies for the area, including the Arches Interchange. Prepare hydrology and preliminary drainage study to determine feasibility of alternate drainage systems to replace the existing ditches along the north side of the highway. West of Superior Avenue, the drainage system may involve a pressure conduit below the sidewalk. East of Superior Avenue, the drainage system will require investigations to determine the feasibility of crossing the highway near Newport Boulevard and outletting into the Bay. For the purpose of this proposal, five (5) drainage areas are assumed to be tributary to the project area. 2. Upon selection of an option and CalTrans approval, prepare plans for the required drainage system sized to meet the hydraulic requirements of CalTrans. For the purpose of this proposal, we anticipate that approximately 8000 LF of storm drainage system would be needed. Estimated Plan Sheets: 13 I. Traffic Signal and Street Lighting Prepare plans for the new traffic signal at Newport Boulevard and modifications at Superior Avenue /Balboa Boulevard, Prospect Street and Orange Street. Prepare street and safety lighting plans. Plans shall be prepared by a traffic engineer licensed in the State of California. 1. Preparation of traffic signal plans and documents Preparations of traffic signal plans will be at the following locations: a. Coast Highway at Newport Boulevard southbound ramps (new signal) . b. Coast Highway at Balboa /Superior (modification). C. Coast Highway at Prospect (modification). d. Coast Highway at Orange (modification). During construction of traffic control system phasing, two each temporary traffic signal modifications will be necessary at above locations b, c, and d. Preparation of these plans are included in Task J -(1). It is anticipated that four (4) 20 scale signal plan sheets and one (1) signal detail sheet will be required. CalTrans Standard 0 40 Specifications and Standard Plans will be utilized in preparation of contract plans and special provisions. Probable engineer's construction estimate will be provided for each signal location. Estimated Plan Sheets: 5 Not included in the scope of work is possible preparation of ramp metering systems at the Coast Highway and Newport Boulevard interchange. 2. Preparation of street lighting plans, traffic signal interconnect and documents [From points a thru d as described in Task I -(1)] Street light plans will be prepared for Coast Highway from Newport Boulevard to the Santa Ana River bridge. These plans will be prepared in accordance with City of Newport Beach Standards and will include electrical circuit diagram plan sheet(s). It is anticipated that six (6) 50 scale plan sheets will be necessary, including the electrical circuit diagram plan sheet(s). Contract special provisions and bid item quantities and probable engineers construction estimates will be provided in accordance with CaITrans methods and format. Estimated Plan Sheets: 6 3. Preparation of Coast Highway and Newport Boulevard interchange lighting plans and documents This task will involve preparation of interchange lighting modification plans in accordance with CalTrans Highway Design Manual and Standard Specifications and Plans. Included in this task is preparation of an electrical circuit diagram plan sheet. It is possible that three (3) 50 scale plan sheets will be necessary, including the electrical circuit diagram sheet. Contract special provisions and bid items quantities and probable engineers construction estimates will be provided, using CalTrans methods and format. Estimated Plan Sheets: 3 J. Signing, Striping and Detour Plans Prepare signing and striping plans for the project, including joining to the existing and proposed roadway west of Orange Street. Prepare necessary detour and traffic control plans for planned phases of construction. Plans shall be prepared by a traffic engineer licensed in the State of California. 1. Prepare 50 scale construction traffic control system plans and documents This task is established as the initial task to be performed by HKA since it is the key to performing construction methods, phasing, and preparation of other task(s) plans and documents. It is intended that a construction phasing and traffic control system "Concept Plan & Procedure" be prepared and discussed in as much detail as possible, prior to performing other design tasks. The "Concept" will be prepared on a base aerial layout of the project construction limits. RBF or agencies involved in the project will provide HKA with a reproducible base layout for preparation of the "Concept Plan & Procedure ". After tentative approval by City of Newport Beach and CalTrans, the "Concept Plan & Procedure" will be used to prepare formal construction traffic control system plans and documents. During the design phase, problems encountered in conforming to the "Concept Plan & Procedure" will be coordinated with all concerned parties. It is anticipated that eight (8) 50 scale traffic control system plans including sign /striping will be necessary for Coast Highway, three (3) 50 scale plans for Coast Highway and Newport Boulevard interchange, and one (1) general notes and detail sheet. In addition to these plans, six (6) 20 scale temporary traffic signal traffic control system plans will be necessary. Utilization of CalTrans Manual of Traffic Controls (1985), Standard Plans, and Standard Specifications will provide the necessary guidelines and standards for construction contract plan and document preparation. CalTrans will provide at no cost, full size reproducible copies of traffic control system standard plans T10 through T14 for use in contract prepration. Initial review of the project's construction intent concluded that the Coast Highway Widening could be done in three (3) phases: a. Widening on the north side of Coast Highway by restriping all present lanes southerly of their existing locations. b. Construction of the ultimate curbed median by lane closure of the ultimate number one lanes of the 6 -lane divided street. C. Resurfacing of all existing lanes. It is anticipated that existing traffic signals on Coast Highway at Balboa /Superior, Prospect, and Orange will require temporary modifications during each construction phase. This can be accomplished by use of temporary wood pole signal installations with overhead wiring. Traffic control system phasing of construction at the Coast Highway and Newport Boulevard 0 0 interchange may necessitate route plans to connecting circulation facilities. It is estimated at this time that approximately eighteen (18) plan sheets (22 "x36" CalTrans contract mylars) of 50 scale traffic control system plans will be required. This includes an estimated six (6) 20 scale plan sheets. Other standard traffic control system plans will consist of five (5) CalTrans full size Standard Plan sheets T10 -T14 and one (1) temporary wood signal installation detail sheet. Contract specifications and bid item quantities and probable engineer's construction cost estimates will be provided in accordance with CalTrans methods and format. Estimated Prepared Plan Sheets: 18 Estimated Standard Plan Sheets: 6 2. Prepare traffic signing and striping plans and documents This task will be to document "existing" conditions of sign /striping in order to determine sign /striping changes during the "traffic control system" phasing "concept plan & procedure" prepared in Task 1. Necessary sign /striping plans will be prepared at 50 scale for the "ultimate" condition on Pacific Coast Highway, Newport Boulevard, Orange Street, Prospect Street, and the ramp interchange. CalTrans' Standard Plans A20 -A and B will be utilized to document necessary striping details. CalTrans' "Traffic Manual" will be utilized to document signature. It is anticipated that nine (9) plan sheets for signing and striping, quantities, and details will be required for "ultimate" condition documentation. Interim plans or signing and striping plan sheets during construction phasing, are included in Task 1. Construction specifications and bid item quantities and probable engineer's construction estimate will be provided in accordance with CalTrans methods and format. Not included in this task is possible preparation of directional signage attached to the bridge structure at Coast Highway and Newport Boulevard interchange. Estimated Plan Sheets: 9 K. Landscaping Median landscape and irrigation plans shall be prepared by a licensed landscape architect. Coordinate selection of plant material with CalTrans and the City's Parks, Beaches and Recreation Department. 1. Preliminary Design Phase L. M a. Prepare Preliminary Design Plans and Exhibits at 20 scale with typical sections and details for review and approval by CalTrans and City of Newport Beach for landscaping of medians. b. Coordinate with City of Newport Beach, property owners, and CalTrans to accommodate landscape treatment adjacent to proposed sound attenuation walls on the southerly side of PCH. For the purpose of this proposal, irrigation for the parkway landscape areas will be assumed to be a separate system and maintained by the homeowners. 2. Final Plans Prepare plans based on the approved preliminary design plans. These plans will include the following: a. Hardscape Design (within medians) b. Irrigation Design - (20 scale) C. Planting Design - (20 scale) d. Landscape Construction, Irrigation scale) e. Planting & Irrigation Specifications Estimated Plan Sheets: 18 - (20 scale) & Planting Details - (10 Coordination and Meetings with Adjacent Property Owners Coordinate with adjoining property owners for compatible design and phasing of construction with existing improvements. Special attention is needed to join the existing commercial improvements in West Newport as well as for the sound wall aesthetics. For budgetary purposes, a maximum of eighty (80) manhours with property owners has been allocated. Prepare Roadway Improvement Construction Drawings The final design and construction drawings shall incorporate the previously approved geometric design prepared as a part of Task B and all mitigation measures addressed in the EIS. The consultant will have to review the EIS to insure that the mitigation measures are adequately incorporated in the final design. Completion of the plans will also involve coordination with Huntington Beach, Orange County and CalTrans. The consultant will be required to include applicable comments necessary to obtain the CalTrans approval. Improvement Plans will include the following items: - Roadway Plans at 1 " =50' Scale (includes topography, utilities, removals and demolition) - Estimated Plan Sheets: 10 W1 0 n u - Intersection Detail Plans at 1" =20' Scale for the intersections at 1) Newport Boulevard Interchange; 2) Superior Avenue /Balboa Boulevard; and 3)Prospect Street, and 4) Orange Street. - Estimated Plan Sheets: 4 - Typical Cross Sections and Details (includes details for streets and sound walls). - Estimated Plan Sheets: 4 - Horizontal Control Plans at 1 " =50' Scale - Estimated Plan Sheets: 4 Prepare Construction Specifications The specifications shall be written to conform with FHWA, CalTrans and City requirements. Prepare Construction Cost Estimate Prepare a detailed construction cost estimate for the project. P. Coordination and Meeting Attendance with CalTrans, Oran Provide the necessary coordination with CalTrans personnel. This item shall include monthly progress reports as well as the development of and meeting of the target dates set up for the following submittals: - Plans for Geometric Approval - Plans for Utility Approval - Plans for Landscape Approval - Plans for Traffic Approval - Plans for Traffic Handling - Landscape PS & E - Traffic PS & E - Design PS & E Work under this item shall be performed on a time and materials basis and shall include agency presentations beyond normal processing of plans and consultation with CalTrans staff by telephone. For budgetary purposes, a maximum of 12 meetings with CalTrans has been allocated. Q. Bidding Process (Budget Item Only) Prepare a master for bid proposal documents suitable for reproduction. Assist the City during the bidding process. Provide a separate fee. R. Consultation (Budget Item Only) L 0 Provide consultation during construction. Provide a separate fee including shop drawing and shoring plan review. S. As -Built (Budget Item Only) Prepare as -built construction drawings. Provide a separate fee. "As- built" information is to be provided by the City of Newport Beach /CalTrans. T. Reproductions Reproductions shall be provided as necessary to complete the project. They shall be provided at their cost, with an estimate provided and the understanding taken that the cost over this amount must be approved in order to be eligible for reimbursement. i EXHIBIT "B" COMPENSATION Estimated Estimated Task Manhours Fee A. Research, Investigation & Review 85 4,000 B. "Conceptual" Geometric Design Plans 440 20,000 C. Field Survey & Aerial Topographic Mapping 1. Field Survey 290 14,800 2. Aerial Topography 14,200 3. Potholed Utility Location Survey 35 1,900 D. Soils, Geotechnical Investigation & Pavement Testing 1. Soils & Geotechnical 36,000 2. Pavement Testing & Traffic Control 14,500 E. Utility Research & Notification 80 3,000 F. Right -of -way Investigation & Legal Descriptions 130 6,400 G. Sound Wall 1. Exhibit Preparation 60 3,000 2. Design Plans 390 17,500 H. Drainage 1. Conceptual Preliminary Plans & Hydrology 580 26,400 2. Final Design Drainage System 885 40,000 I. Traffic Signal & Street Lighting 1. Traffic Signal Plans & Documents 200 10,600 Task Estimated Manhours Estimated Fees 2. Street Lighting & Traffic Signal Interconnect Plans & Documents a. Street Light Plans 205 10,500 b. Traffic Signal Interconnect Plans 45 2,800 3. Coast Hwy & Newport Blvd. Interchange Lighting Plans & Documents 135 6,600 i J. Signing, Striping & Detour Plans i 1. Const. Traffic Control Sys. Plans & Documents 500 26,840 2. Traffic Signing & Striping Plans & Documents 280 14,850 K. Landscaping 1. Preliminary Design Phase 110 5,400 2. Final Plans 350 17,000 L. Coordination and Mtg. with Adjacent Property Owners 80 4,800 M. Prepare Roadway Improvement Final Const. Drawings 1,670 75,000 N. Prepare Const. Specifications 100 5,800 O. Prepare Const. Cost Estimate 80 4,000 P. Coordination & Mtg. Attendance w /Caltrans, County of Orange and Huntington Beach 240 14,500 Q. Bidding Process (Budget Item Only) 40 2,500 R. Construction Consultation (Budget Item Only) 200 11,000 1 S. As -Built Plan Preparation As -Built Documentation to be provided by the City of Newport Beach. (Budget Item Only) 350 17,500 0 T. Reproductions Total Contract Item Fees (Items A thru P & T) Total Budget Item Fees (Items Q thru S) 25,000 $425,390 31,000 Total Budget $456,390 Compensation for the Engineering Plans and Contract Documents will be based on the charges up to the "not -to- exceed" amount of $400,390 (excluding reproductions) as shown on the following Exhibits "B -1" through "B -5". A budget amount of $25,000 is shown to cover the reimbursable cost of reproductions bringing the total contract amount to $425,390. Subconsultants performing speciality work on this project and associated costs to provide these services are as follows: Task /Item Description D. Soils, Geotechnical Investigation & Pavement 1. Soils & Geotechnical 2. Pavement Testing/ Traffic Control I. Traffic Signal & Street Lighting 1. Traffic Signal 2. Street Lighting 3. Interchange Lighting J. Signing, Striping & Detour Plans K. Landscaping Sub - consultant Estimated Fee Woodward Clyde $36,000 Consultants LaBelle - Marvin $14,500 Consultants Herman Kimmel & Associates $10,600 $13,300 $ 6,600 Herman Kimmel & $41,690 Associates William Yokom $22,400 It is understood that the City of Newport Beach will provide RBF with all available data and information, such as survey ties, bench marks, previously approved improvement plans and "as- built" improvement drawings as required 0 EXHIBIT "13-1" ROBERT BEIN, WILLIAM FROST 8, ASSOCIATES COMPENSATION SUMMARY DIRECT LABOR RATE Principal $ 36.06 Associate 32.21 Project Manager/ Engineer 22.28 Registered Engineer 19.91 Design Engineer 16.94 Senior Draftsperson /Technician 15.22 Draftsperson 11.14 Survey Crew (per man) 21.00 Weighted Hourly Rate 17.33 DIRECT COSTS (Labor) $17.33/Hr. x 5326 Hours $ 92,300.00 INDIRECT COSTS (Overhead) @ 128% 118,130.00 Subtotal $210,430.00 DIRECT COSTS Printing & Reproductions 18,000.00 Aerial Topography 14,200.00 FEE (Profit) @ 150 31,530.00 TOTAL $274,160.00 • 0 for completion of the work. Further, it is understood that CalTrans will be responsible for inspection, control of construction payment to the Contractor, and furnishing plans and specifications to the Contractor. Any work relating to monumentation construction surveying, utility potholing or environmental documentation is specifically excluded from the engineering services proposed herein and, if required, must be contracted for CalTrans under separate contract or as an addendum to this contract. Any supplemental work will be accomplished by a separate contract for an additional fee. EXHIBIT "B -1" ROBERT BEIN, WILLIAM FROST & ASSOCIATES OVERHEAD ANALYSIS Percent DIRECT LABOR 100% OVERHEAD Indirect Salaries (Supervision, Clerical, Administration & Training) 22.10 Payroll Related Costs (FICA, Workers Compensation, Health Insurance, Unemployment, Vacation, Holidays, Sick Leave & Bonuses) 44.2% Profit Sharing Plans Contribution 4.4% Outside Services 5.2% Office Supplies 8.3% Depreciation and Amortization 6.0% Automotive 2.2% Professional Services 1.9% • Occupancy 12.4% Insurance 3.3% i Telephone 2.5% Dues and Subscriptions 4.10 Repairs and Maintenance 3.8% Travel and Related Expenses 6.8% Miscellaneous I 0.8% OVERHEAD TOTAL 128% 0 0 EXHIBIT "B -2" HERMAN KIMMEL & ASSOCIATES, INC. COMPENSATION SUMMARY DIRECT LABOR Project Engineer Project Manager Staff Engineers Traffic Technicians Draftsperson & Aides Clerical DIRECT COSTS (Labor) $19.49/Hr. x 1310 Hours INDIRECT COSTS (Overhead) @ 149% Flw ii o $ 26.04 23.42 19.95 17.85 13.86 12.92 Weighted Hourly Rate $ 19.49 DIRECT .COSTS (Printing & Reproductions) FEE (Profit) $63,605 @ 15$ $25,530.00 38,040.00 Subtotal $71-,5-7-0 -O F 4,000.00 9,535.00 Total T7 7,105.00 EXHIBIT "B -2" HERMAN KIMMEL & ASSOCIATES, INC. OVERHEAD ANALYSIS Percent DIRECT LABOR 100°% 11TTT T T T A T Indirect Salaries 68% Payroll Burden 18% Professional and Consultant Fees 4% Communications 4% Occupancy 150 Supplies 4% Business Insurance 9% External Relations Reproduction 4% Travel & Subsistence 2% Auto Expense 8% Data Processing 4% Depreciation 7% Taxes & Licenses Miscellaneous 2% OVERHEAD TOTAL 149% EXHIBIT "B -3" WOODWARD -CLYDE CONSULTANTS COMPENSATION SUMMARY (Including Overhead Analysis) DIRECT LABOR RATE Principal $47.16 Senior Associate 35.55 Associate 31.48 Senior Consultant 38.61 Senior Project 25.54 Project 19.49 Assistant Project 16.78 Senior Staff 14.89 Staff 12.12 Technician 13.69 Technical Typist, Technical Assistant, Illustrator, Reproduction 12.02 Office Assistant 9.13 Weighted Hourly Rate $24.00 DIRECT LABOR $24.00 /Hr, x 385 Hours $9,240.00 LABOR OVERHEAD @ 146.3% GENERAL & ADMINISTRATIVE @ 15.5% DIRECT COSTS (Printing & Reproductions) (Equipment) FEE (Profit) @ 15% 13,520.00 Subtotal $ 22,760.00 3,530.00 Subtotal $2 ,2 1,000.00 5,000.00 3,940.00 Total $36,230.00 EXHIBIT "B -4" LABELLE - MARVIN COMPENSATION SUMMARY (Including Overhead Analysis) DIRECT LABOR Project Engineer Engineering Technician Draftsperson Clerical Weighted Hourly Rate RATE $ 26.65 7.27 7.27 10.15 17.50 DIRECT COSTS (Labor) $17.501Hr, x 180 Hours 3,150.00 INDIRECT COSTS Employer Benefits @ 27% 850.00 Overhead @ 122.5$ 3,860.00 Subtotal 7,860.00 DIRECT COSTS Printing & Reproductions 500.00 Equipment & Materials 5,460.00 FEE (Profit) $7,860 x 15$ 1,180.00 TOTAL 15,000.00 i r + DIRECT COSTS (Labor) $18.66/Hr. x 450 Hours 8,395.00 INDIRECT COSTS (Overhead) @ 132% 11, 080.00 Subtotal 19,475.00 DIRECT COSTS Printing & Reproductions 500.00 FEE (Profit) $17,350 x 15% 2,920.00 TOTAL $22,895.00 EXHIBIT "B -5" WILLIAM E. YOCOM COMPENSATION SUMMARY DIRECT LABOR RATE Principal $ 25.00 Landscape Architect 22.00 Irrigation Specialist 20.00 Draftsperson 16.00 Clerical 10.00 Weighted Hourly Rate 18.66 DIRECT COSTS (Labor) $18.66/Hr. x 450 Hours 8,395.00 INDIRECT COSTS (Overhead) @ 132% 11, 080.00 Subtotal 19,475.00 DIRECT COSTS Printing & Reproductions 500.00 FEE (Profit) $17,350 x 15% 2,920.00 TOTAL $22,895.00 DIRECT LABOR OVERHEAD Indirect Salaries Payroll Burden Depreciation Automotive Occupancy Insurance Communications Reproduction Promotional Miscellaneous Office Supplies EXHIBIT "B -5" WILLIAM E. YOCOM OVERHEAD ANALYSIS TOTAL 9 Percent 100% 45% 19% 1% 17% 23% 8% 6% 4% 3% 2% 4% 132% - PROJECT SCHEDULE ? City of Newport Beach EXHIBIT "C" Pacific Coast Inway Widening Project Mor:Gary Miller run. time ) )12:01:13 t* 06 -24 -1986 pace 1 - - -- -- -- -- -- - -- - - -- -- --------------- - -- INS 6 7 8 9 9 10 11 1: 12 1 1 2 3 3 4 5 6 6 7 DD 30 21 11 1 22 13 3 24 15 5 26 16 9 30 20 11 1 22 13 YY 86 86 BE 86 66 66 86 86 B6 87 87 87 87 87 87 87 87 67 87 Research, Investigation k# 114111141111111111411114111. 11411114111 .114111141111141 Geometric Desio_n 11 ��I 11 11 .1 1 11 1 1 4 1 11.14 1 11-1-1 4 1 111 4 1 1 1.1.1 4 1 11-1 4 1 11 i i 4 1 Field Survey 8 Topo (Aerial) t##�31 4 11-1-1 4 1 11 1 11 t 11.1 4 1 11.14 1 11-1-1 4 1 111 4 1 11-1-1 4 1 11-1 4 1 't 1 1.1 4 1 Field Topo 8 Survey (Field) 111 1 1 411.1.1 4 1.11 11-1.1 A 1 1114 1 1 11.1 4 1 11.1 4 1 111.1 4 1 111 4 1 11 1 1 4 1 Field Survey d Topo (Potholing) 11 1 1.14 11 1.1 4 1 11.1.1 1 1z�1 1 4 1 1 1 14 1 11 1.1 1 t 11 4 1 11 1.1 4 1 11 1 4 l l l i l 4 I Soils Work I11:�1411111 II.H 14it114111- 111111-14 1111111iN{111141 Pavement investigation 111 1 14 11 1 14 1 11.1.1 I� 1 4 1 11 14 1 111 1 4 1 111 4 1 11 I i 4 1 11 1 4 i t 1 14 1 Utility Research 9:#4 14 11.1.1 4 1 11 1 11 11.1 14 1 11 14 1 11.1.1 1 1 1114 1 11 1 14 1 11 14 1 11 1 14 1 Utility Research,Potholing Locations 111 1 1411.1.1 4 1 11 I k 1.1 4 1 1114 1 11 1 14 1 1114 1 11 1 14 1 1114 1 11 1 14 1 Right- of-Way Encmeerinc t� 1 4 1 1.1 .1 4 1 1 1.1 1 'I 1 1.1 1 4 1 1 114 1 1 111 4 1 1.H 4 1 1 1 1 1 4 1 111 4 1 1 h l •I 4 I Utility Base Plan 11 1.1 4� 1 1 4 1 111 11 11 1 1 4 1 1114 1 1111 4 1 11.1 4 1 11 1-1 4 1 111 4 1 1 ill 4 1 Sound Wall Exhibits (1 1 1 1 4 1 1 1 1 1 1 1 1.1.1 4 1 1 1.14 1 11 1 14 1 111 4 1 1 1.1.1 4 1 111 4 1 11 1.1 4 1 Sound Wall Design 1 1 11 1 41 1.1.1 4 1 1 1 1 """' .... '. t ' "( 1 1 14 1 It 1 4 1 1 1 11 4 1 Drainage (Concept) X 1 11.1.11 11 1 11 1 1 1 14 1 111 1 4 1 111 1 111 14 1 11 11 1 11.1.1 1 1 Drainage (Final) 1111.14111 14 1 111 1 111 14 111.14 111.1 14 1 Traffic Signals 111.1-1 411.1.1 4 1 11.1• 1 11 1 14 1 1014 1 11.1.1 4 1 Lighting )111.1411 1 1 4 1 11 1 1 111 1 4 1 11.14 1 11.1 1 4 1 Signing d Striping 8 Detours Concept 111 1.1 4 1 1 1.1 -1# **31 11 11 1 1 4 1 1 114 1 1 11 -1 4 I 1 11 4 111 1 1 4 1 111 4 1 11 1 14 1 Sianinc 8 Striping d Detours (Final) 111 1 1411 -1.14 1 11 1 1 11.1.14 1 1114 1 11114 1 Larxlscapinq (Concepts) 111.11411 111 11411114 111114 111.14111.1.14 111141111141 Landscaping (Final) 1111 141 11 14 1 11.1.1111.114 111.114111141111141 Coordination d Mtgs.W/ Prop. Owners 111 1 1411.1 14 I 1 111.14 1 1114 1 11114 1 Roadway Construction Drawings 111.1.1 4 [ 1 1.14 1 111• 1 11.114 1 1114 1 1.H 14 1 Construction Specifications 1111 1411114 1111.11 111 .1 4 1 1114 { 111.14 111 +14 1 1(14 111 114 1 Construction Cost Estimates 1111.1 4111.1 4 1 11 1 11 1 i 1.1 4 1 11 14 1 11.1.1 4 1 11.1.1 4 1 1114 1 11 1.1 4 1 CalTrans /City Plan Review 111.1.1 4 1 1 1 1 1 1.1 4 1 11-1 4 1 1. H-1 4 1 1st Check 111 1.1411114 111.1.11 11114 1 1114 111(14 1 1114 X14 11114 111.11 4 1 1st Check Revisions I11 1.1 41 11.1 4 1 11.1.1 1 11 1.1 4 1 1 1.14 1 11 1.1 4 1 111 4 1 1 i 14#�11.l 4 1 1 i I-I 4 1 2nd Check 11 1.1.1 411.1.1 4 1 1 1 1 1 i 1 1.1.1 4 1 1 114 1 1 1.1.1 4 1 1 1-1 4 1 1 1+14 i 1 ' I I I 1 1 1.1 4 1 2nd Check Revisions 111 1 1 4111 1 4 1 11.1 11 11.1 1 4 1 1114 1 11 1 1 4 1 111 4 1 11 1 14 1 111 4 1.1: ) 1 4 1 3rd Check 11 (. (l 4 t 1114 1 1 1.1.1 1 1 1.1.1 4 1 1 1.14 1 1 1 I.1 4 1 1 114 1 1 1.1 14 1 11.14 1 11. k�61 I Final Revisions 1 1 1 HI t 1.1-1 4 1 1 1.1 .1 1 1 1.1.1 4 1 1 1 14 1 1 11.1 A l l 114 1 1 1.1.1 4 1 t1.1 4 1 1 1 1 1 411