HomeMy WebLinkAboutC-2936(A) - Consulting Engineers for the Balboa Boulevard Reconstruction - 12th to 14th Streets,i
CITYIbF NEWPORT BOACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: May 3, 1993
(714) 644 -3005
S-3-93
SUBJECT: Contract No. C- 2936(A)
Description of Contract Consultant Agreement for Balboa Boulevard
Reconstruction, 12th Street to 16th Street
Effective date of Contract April 30, 1993
Authorized by Minute Action, approved on April 26, 1993
Contract with Williamson and Schmid Consulting Civil Engineers
Address 15101 Red Hill Avenue
Tustin, CA 92680
Amount of Contract (See
" t�-q -
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
Authorized to Publish Advertisements of all kinds ing public notices by
Occiee of the superior Court of Orange County, Ca i ornia. Number A -6214,
September 29, 1961, and A -24831 )une 11, 1963.
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) SS.
County of Orange )
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal clerk of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City.of Costa Mesa, County
of Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates:
April 8, 12, 1995
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on April
at Costa Mesa, California.
3��
12
Signature
199 5
- 'INVITfNG WDS
Sealed, ids may -be
calved at the clam of
Ctry CIerK. 3300 - Newt
Boulev1 t P.O. Box 17
Newport,Beach, CO 926
1768 uma 11:00 A.M.
the 26tH day of.AprUr 11
at Whiich tilnm such bids
be OA O EVA
RECONSTRUCTION • 1:
To 74TH STREET
CorttraM No. 2935
Engineer's Estimq
$900,000
Approv90 by ibe:1
CouncO_tlils 27th day
Prospect!" bldders -may
obtain one set of bid docu
moots at no cost at The of-
fice of the Public - Works
Oepertment, 3380 Newport
Boulevard, P.C. Box 1768,
Newport Beach CA 926W
;1768
For further Information,
;call John Woler, at (714)
644.3311
Published Newport
,Beach -Costa 'Mesa Dally
Pilat April 8, 12, 1995,
j. Sam
•
X 60)
_y
BY THE CITY CC:'!J�
CITY OF NEw car c ;__c:rs April 26, 1993
FOR Gil '; i CITY COUNCIL AGENDA
ITEM NO. 11
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: BALBOA BOULEVARD RECONSTRUCTION, 12TH STREET TO 16TH
STREET - ENGINEERING SERVICES AGREEMENT (C- 2936)(A)
RECOMMENDATION:
Authorize the Mayor and the City Clerk to execute an
Engineering Services Agreement with Williamson & Schmid
Consulting Civil Engineers.
DISCUSSION:
The preliminary 1993/94 Capital Improvement program
includes appropriations for storm drain improvements and street
reconstruction along Balboa Boulevard. The existing storm drains
are severely deteriorated. In last winter's rains street ponding
remained along this reach of Balboa Boulevard long after rain had
stopped and tides had receded, indicating that the storm drain
system is in need of replacement. The existing street pavement
is half Portland cement concrete (PCC) and half asphalt concrete
(AC) with poor drainage, obsolete street lighting, and narrow
sidewalks. The roadway was constructed with PCC in the 1930's,
and was widened with an AC fill -in when the Pacific Electric
Railway's operation was discontinued in the 1950's. The age of
the improvements, the "fill -in" widening, and utility work over
the years have resulted in the roadway's poor ride quality and
drainage characteristics.
City staff requested statements of interest and
qualifications from eight engineering firms, and a committee of
Public Works Department staff interviewed the following six firms
who responded: Penco Engineering, Williamson & Schmid, Walden
and Associates, Boyle Engineering, C.D.C. Engineering, and J.P.
Kapp. After completing the interviews and reviewing examples of
plans submitted by each of the firms, the committee recommended
Williamson & Schmid, Consulting Civil Engineers, as the best
• qualified to perform preliminary and design engineering necessary
to evaluate alternatives and provide final plans and
specifications.
Williamson & Schmid's presentation emphasized the need
for very thorough surveying, and proposed use of survey control
lines along both curb lines and the roadway centerline to
minimize interpolating surface elevations. Their previous
successful work in this area (Newport Boulevard widening)
demonstrated their special expertise and understanding needed for
this project.
a
0
Subject: Balboa Boulevard Reconstruction, 12th Street to 16th
Street - Engineering Services Agreement (C -2936)
April 26, 1993
Page 2
Williamson & Schmid's proposal is to provide
preliminary engineering services including aerial surveys, field
surveys, and research of existing documents necessary to evaluate
alternatives for both the drainage improvements and street
improvements; and design engineering necessary to provide final
plans, specifications and cost estimates for the improvements.
Fees are to be at standard hourly rates on a time and materials
basis for an amount not to exceed $125,000.00. Main elements of
the Engineering Services Agreement are as follows:
1. Preliminary Engineering Phase
a. Research, investigate, review of existing
improvement plans and documents.
b. Topographic survey, aerial photography,
conventional field surveys, cross - sections
and preparation of base maps.
C. Preliminary design and evaluation of
alternatives.
d. Conceptual landscape plan.
e. Coastal Commission coordination support.
f. Meetings with affected utilities, City staff,
community groups and public officials.
2. Final Engineering Phase
a. Final improvement plans.
b. Traffic Control plans.
C. Landscape plan.
d. Contract specifications and documents.
e. Final cost estimate and bid proposal.
f. Utility notifications.
g. Coastal Commission Permit support.
h. Project Management and Coordination Support.
Williamson & Schmid's proposal is $38,400 for the
preliminary engineering phase and $86,600 for the final
engineering phase. Based on preliminary estimates of $1,000,000
for construction of the proposed improvements, Williamson &
Schmid's fee for the final engineering services is 8.66% of the
r
�J
•
•
0
Subject: Balboa Boulevard Reconstruction, 12th Street to 16th
Street - Engineering Services Agreement (C -2936)
April 26, 1993
Page 3
estimated construction cost. American Society of Civil Engineers
(ASCE) guidelines for hiring consultants no longer produces
curves for recommended engineering fees as a percentage of
construction cost but the old curves used through 1988 varied
from 6.5% average complexity to 7.5% above average complexity.
This project is definitely above average complexity and the
additional effort and attention to details needed to handle
traffic, join existing private property and solve the drainage
problems justifies the slightly higher percentage.
It is recommended that an Engineering Services
Agreement be executed with Williamson & Schmid Consulting Civil
Engineers. Funding is currently available within the Measure M
Fund Account No. 7283- 98313072.
•
C �
Benjamin B.
Public Work
JW:so
0
�
VZV/41
Nolan
Works Director
CONSULTANT AGREEMENT
0 C - z936
Engineering Services
for
Balboa Boulevard Reconstruction
12th Street to 16th Street
THIS AGREEMENT, entered into this 4� day of
,1993 by and between the CITY OF NEWPORT BEACH,
a municipal corporation, (hereinafter referred to as "CITY ") and
Williamson and Schmid Consulting Civil Engineers, whose address
is 15101 Red Hill Avenue, Tustin, CA 92680 (hereinafter referred
to as "CONSULTANT ") is made with reference to the following:
R E C I T A L S:
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 Statues of the State of California and the Charter of
the City.
B. CITY and CONSULTANT desire to enter into an
agreement for engineering services to provide engineering
services necessary to evaluate alternatives and to prepare final
plans, specifications and cost estimates for Balboa Boulevard
reconstruction, 12th Street to 16th Street, improvements.
NOW, THEREFORE, it is mutually agreed by and between
the undersigned parties as follows:
SECTION 1. TERM
The term of this agreement shall commence on the date
the agreement is executed by City and shall terminate on February
28, 1994 unless terminated earlier as set forth herein.
SECTION 2. SERVICES TO BE PERFORMED BY THE CONSULTANT
CONSULTANT shall complete all services and work as
outlined herein and more fully described in the Letter Proposal
dated April 16, 1993 attached hereto set forth in Exhibit "A ".
I. Preliminary Engineering
A. Research, Investigation and Review
E
�315�0
0 0
B. Topographic Survey
C. Preliminary Design /Evaluation Alternatives
D. Conceptual Landscape
E. Coastal Commission Coordination and Support
F. Attendance at Public and Project Meetings
II. Final Engineering
A. Prepare Traffic Control, Landscape and Improvement
Plans
B. Prepare Contract Documents
C. Prepare Cost Estimate
D. Provide Utility /Private Improvements Notifications
and Coordination
E. Coast Commission Permit Support
F. Provide Project Management and Coordination
SECTION 3: COMPENSATION TO CONSULTANT
CONSULTANT shall be compensated for services described in
Exhibit "A" pursuant to this Agreement. Fees shall be on a time
and materials basis with standard hourly rates as described in
Exhibit "A ". The maximum fee shall not exceed $125,000.00 and
compensation shall be as described in Exhibit "B ".
An increase in Scope of Services which does not exceed l0%
of the original fee ($12,500.00) may be approved by the Public
Works Director.
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 the 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
3
4-3islo
•
limited by statute, 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, regardless of the merit or outcome of any such claim or
suit arising from or in any manner connected to CONSULTANT
negligent performance of services or work conducted or performed
pursuant to this Agreement.
7.
On or before the commencement of the term of this Agreement,
CONSULTANT shall furnish CITY with certificates showing the type,
amount, class of operations covered, effective dates and dates of
expiration of insurance coverage in compliance with paragraphs
7A, B, C and D. Such certificates, which do not limit
CONSULTANT'S indemnification, shall also contain substantially
the following statement: "Should any of the above insurance
covered by this certificate be canceled or coverage reduced
before the expiration date thereof, the insurer afforded coverage
shall provide thirty (30) days' advance notice to the CITY of
Newport Beach by certified mail, Attention: Public Works
Director.
It is agreed that CONSULTANT shall maintain in force at all
times during the performance of this Agreement all appropriate
coverage of insurance required by this Agreement with an
insurance company that is acceptable to CITY and licensed to do
insurance business in the State of California.
A. COVERAGE CONSULTANT shall maintain the following
insurance coverage:
(1) Worker's Compensation
Statutory coverage as required by the State of California.
(2) Liability
Comprehensive general coverage in the following minimum
3
�3►�°
0
limits:
Bodily Injury:
Property Damage:
$500,000
each occurrence
$1,000,000
aggregate products /completed
operations
$1,000,000
aggregate - all other (if
applicable)
$100,000 each occurrence
$250,000 aggregate
If submitted, combined single limit policy with aggregate
limits in the amount of $1,000,000 will be considered equivalent
to the required minimum limits shown above.
(3) Professional Liability
Professional liability insurance which includes coverage for
the professional acts, errors, and omissions of the CONSULTANT in
the amount of at least $1,000,000.
B. SUBROGATION WAIVER
CONSULTANT agrees that in the event of loss due to any of
the perils for which it has agreed to provide comprehensive
general liability insurance, that CONSULTANT shall look solely to
its insurance for recovery. CONSULTANT hereby grants to CITY, on
behalf of any insurer providing comprehensive general and
liability insurance to either CONSULTANT or CITY with respect to
the services of CONSULTANT herein, a waiver of any right of
subrogation which any such insurer of said CONSULTANT may acquire
against CITY by virtue of the payment of any loss under such
insurance.
C. ADDITIONAL INSURED
CITY, its City Council, boards and commissions, officers,
and employees shall be named as an additional insured under all
insurance coverage, except any professional liability insurance,
required by this Agreement. The naming of an additional insured
shall not affect any recovery to which such additional insured
would be entitled under this policy if not named as such
additional insured. An additional insured named herein shall not
be held liable for any premium, deductible portion of any loss,
or expense of any nature on this policy or any extension thereof.
Any other insurance held by an additional insured shall not be
4
x3156
0
required to contribute anything toward any loss or expense
covered by the insurance provided by this policy.
SECTION S. PROHIBITION AGAINST TRANSFER
CONSULTANT shall not assign, sublease, hypothecate, or
transfer this Agreement or any interest therein directly or
indirectly, by operation of law or otherwise without the prior
written consent of CITY. Any attempt to do so without said
consent shall be null and void, and any assignee, sublessee,
hypothecate or transferee shall acquire no right or interest by
reason of such attempted assignment, hypothecation or transfer.
The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of CONSULTANT, or of
the interest of any general partner or joint venturer or
syndicate member or cotenant if CONSULTANT is a partnership or
joint venture or syndicate or cotenancy, which shall result in
changing the control of CONSULTANT, shall be construed as an
assignment of this Agreement. Control means fifty percent (50 %)
or more of the voting power of the corporation.
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 AND PLANS
Each and every report, draft, work - product, map, record,
plan and other document reproduced, prepared or caused to be
prepared by CONSULTANT pursuant to or in connection with this
Agreement shall be the exclusive 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.
5
q31 Sin
0
No report, information or other data given to or prepared or
assembled by the CONSULTANT pursuant to this Agreement shall be
made available to any individual or organization by the
CONSULTANT without prior approval by 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
required under this Agreement.
CONSULTANT shall maintain adequate records of 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.
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 approved.
All notices, demands, requests, or approvals from CONSULTANT
to CITY shall be addressed to CITY at:
2
031 5(0
0
0
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: John Wolter, Project Manager
(714) 644 -3311
All notices, demands, requests, or approvals from CITY to
CONSULTANT shall be addressed to CONSULTANT at:
Williamson and Schmid
15101 Red Hill Avenue
Tustin, CA 92680
Attention: Jesus Michel
(714) 259 -7900
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 prepared, addressed to the other
party's business office. In the event of termination due to the
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
schedule 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.
SECTION 15: COMPLIANCES
CONSULTANT shall comply with all laws, state or federal, and
all ordinances, rules and regulations enacted or issued by CITY.
SECTION 16: WAIVER
7
q3l s(v
w
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 17: INTEGRATED CONTRACT
This Agreement represents the full and complete
understanding of every kind of 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 executed on the day and year first above written.
APP OVED AS TO FORM:
1A&`_
City Attorney
ATTEST:
lse�
ova-/- CITY CLERK
CITY OF NEWPORT BEACH,
a municipal corporation
BY
Mayor
CONSULTANT
BY:..0
Ifl
g315-(V
•
John Wolter
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92659 -1768
Dear John:
Ow •SON
W H IAM & SCHMID
CONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
April 16,1993
SUBJECT: PROPOSAL FOR ENGINEERING SERVICES BALBOA BOULEVARD
RECONSTRUCTION 12TH STREET TO 16TH STREET:
OUR JOB NO. 93156
We are pleased to present our team's proposal to provide engineering services for the Balboa
Reconstruction project. We understand that the City of Newport Beach proposes to improve
the section between 12th Street and 16th Street by reconstructing the street section and
providing a new storm drain system to mitigate flooding conditions.
As we indicated to the interview team, we will be joined by Cash & Associates who will be
responsible for the design of storm drain improvements. Other members of the consulting team
include WPA, Traffic Engineering, Inc. and d.d. Pagano & Associates /J. Donald Henry
Associates that will be responsible for traffic engineering tasks and landscaping design tasks
respectively.
The organization of the consulting team to be headed by me as Project Manager is included in
this proposal for your consideration. I have also prepared a schedule for the work program for
your review.
Based on our understanding of the project resulting from our discussions with the City, we
have developed a work program which we believe will meet the City's objectives. A fee
proposal has also been included.
We appreciate very much being selected to assist the City of Newport Beach with this
challenging project. I look forward to working with you and other members of the City staff.
dc93Prop
Enclosure
cc: Bob Williamson, W &S
Sincerely,
Jesus A. Michel
Corporate Office
EXHIBIT "A"
Corporate Office • 15101 Red Hill Ave. • Tustin, California 92680 • 714/259 -7900 • FAX 714/259 -0210
Inland Empire Office • 1101 S. Milliken Ave_ Suite G • Ontario, California 91761 • 7141988 -7880 FAX 714/988 -52 /
San Diego County Office 2011 Palomar Airport Road, Suite 109 • Carlsbad, California 92009 619/438- 4332�S/NnC
OWLUAMSON & SCHNU
SCONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
BALBOA BOULEVARD RECONSTRUCTION
12TH STREET TO 16TH STREET
WORK PLANISCOPE OF SERVICES
PRELIMINARY ENGINEERING PHASE
A.
IG
Research, Investigation and Review
The team will perform the necessary research and investigation to clearly establish
the project administration and objectives, define the lines of communication and
perform other related preliminary work. The following tasks are envisioned for
this phase of the project.
1. Meet with City staff to clearly define scope of services, establish project
requirements and line of communication and project team organization and
finalize project schedule.
2. Perform a field review of the project site to ascertain and verify current field
conditions. Develop a photographic log of project site for future reference.
3. Review and compile available record drawings, research location of existing
utilities, identify adjustments/ relocations or conflicts with proposed
improvements. Compile and catalog record information for future reference
and use in the preparation of project report and final working drawings for the
project.
Topographic Survey
A detailed survey necessary for the project will be accomplished to determine
precise location and elevations of existing improvements. Scope of topographic
survey work will include:
1. Research centerline control and bench marks.
2. Establish vertical and horizontal control for topographic survey including
survey targets for aerial topographic map.
3. Obtain aerial topographic map for project area. Limits of aerial topographic
survey will encompass entire drainage area. The aerial based map will be used
for drainage study, project report and as the base for improvement plans.
dc- 93Prop
JN93156
Work Plan
Page 1 of 7
co(.5(
• i
S
L. VA-LMSON & SCHMD
CONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
BALBOA BOULEVARD RECONSTRUCTION
12TH STREET TO 16TH STREET
WORK PLANISCOPE OF SERVICES
PRELIMINARY ENGINEERING PHASE
A. Research, Investigation and Review
The team will perform the necessary research and investigation to clearly establish
the project administration and objectives, define the lines of communication and
perform other related preliminary work. The following tasks are envisioned for
this phase of the project.
Meet with City staff to clearly define scope of services, establish project
requirements and line of communication and project team organization and
finalize project schedule.
2. Perform a field review of the project site to ascertain and verify current field
conditions. Develop a photographic log of project site for future reference.
3. Review and compile available record drawings, research location of existing
utilities, identify adjustments /relocations or conflicts with proposed
improvements. Compile and catalog record information for future reference
and use in the preparation of project report and final working drawings for the
project.
B. Topographic Survey
A detailed survey necessary for the project will be accomplished to determine
precise location and elevations of existing improvements. Scope of topographic
survey work will include:
1. Research centerline control and bench marks.
2. Establish vertical and horizontal control for topographic survey including
survey targets for aerial topographic map.
3. Obtain aerial topographic map for project area. Limits of aerial topographic
survey will encompass entire drainage area. The aerial based map will be used
for drainage study, project report and as the base for improvement plans.
dc- 93Prop Work Plan
jN93156 Page 1 of 7
°13156
S WIWAMSON & SCHMI)
CONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
4. Perform conventional field survey to establish precise locations of all existing
improvements on Balboa Boulevard between 12th Street and 16th Street
including cross sections at 25 feet minimum intervals.
5. Plot survey cross sections for use in project design.
6. Prepare base maps for the project consisting of aerial based topographic
supplemented by conventional survey information.
C. Preliminary Design /Project Study Report
This task of the project will consist of the development of preliminary plans and
preparation of a Project Report to establish alternate roadway improvements,
drainage improvement alternatives, conceptual traffic control schemes and other
design features. The report will become the review and approval document for the
project prior to proceeding with the preparation of final drawings. Tasks included
are:
1. Prepare an "existing condition" hydrology for the project site and adjacent
areas.
2. Prepare alternate storm drain alignments and drainage improvement waster
plans supported by preliminary hydrology and hydraulic calculations
including:
• Research and review existing storm drain systems.
• Research for storm drain easements.
• Conceptual design for storm drain outlets.
3. Prepare preliminary improvement plans for roadway improvements including
the development of alternative street improvement cross sections and street
profiles.
4. Prepare preliminary quantity and cost estimates for roadway, drainage and
other project improvements.
5. Prepare project report for review and approval by the City of Newport Beach.
Prepare minor exhibits for presentations to City council and community
groups.
D. Preliminary Design for Landscaping / Hardscape
The primary objective is to review existing site conditions, procure available
background drawings (as- builts) and preliminary cost estimates and identify City
Staff and Public goals and objectives for the project. Also, to develop design
alternatives for various median and parkway landscape and hardscape treatments
dc- 93Prop Work Plan
JN93156 Page 2 of 7
CDS(v
0
S WILUAMSON&SCFMD
CONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
that respond to the goals and objectives and cost constraints identified during the
analysis work effort. Tasks included are:
1. Photo document block by block street median and parkway conditions for use
in development of plans. Field survey existing irrigation equipment (including
power and water supply) and existing trees for reference in future design
recommendations.
2. Review all base background information, including as -built drawings, street
plans, utility plans and other relevant plans, in preparation for design work.
3. Attend meeting with the City staff to assess concerns, issues and design criteria
for developing design alternatives. Prepare a Memorandum of Understanding,
summarizing program requirements for the project.
4. Prepare one schematic design "vignette" illustrating hardscape and planting
design. Design vignette to include a prototypical section of street
(approximately 300' to 500' long) and will be drawn at 1/8" to 1'0" in order to
show sufficient detail for each design.
5. Prepare an estimate illustrating the cost per square foot "range" as well as an
overall magnitude of project cost for each design vignette. This estimate will be
a tool to assist City staff in the design selection process.
6. Attend design review meetings with City staff and solicit comments regarding
design alternatives. Select alternative to be refined and presented to the Public.
7. Refine selected alternate update Statement of Probable Cost.
E. California Coastal Commission Coordination Support
The project design team will support the City of Newport Beach in the preliminary
coordination of the project to obtain preliminary Coastal Commission approval.
Tasks envisioned are:
a. Preparation of minor exhibits for Coastal Commission package.
b. Preparation of reports or other Coastal Commission materials.
F. Public Meetings and Project Meetings
The project team will attend the following meetings:
1. Public meeting to introduce project to community groups and public officials.
2. Meeting with public utilities affected by the project.
dc- 93Prop Work Plan
JN93156 Page 3 of 7
q3(,5%
WIWAMSON & SCHMID
SCONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
3. Meeting with City of Newport Beach Project Manager, City Traffic Engineer,
City's Parks and Maintenance staff.
FINAL ENGINEERING PHASE
Al. Final Improvement Plans
Upon approval of Design Report by the City, the project team will proceed with
the preparation of final plans for the improvements. Plans will be prepared on 24"
X 36" mylar sheets, drafted in ink and will consist of the following:
• Title sheet.
• Index map sheet.
• Detail sheets for street and storm drain improvements.
• Plan and profile sheets for street improvements.
• Intersection details on plan view.
• Storm drain plan and profile sheets.
• Traffic signal modification plans.
• Street lighting plans.
• Traffic signing and striping plans.
• Traffic control /detour plans.
• Landscaping and irrigation plans.
Special consideration will be given in the design of the following:
1. Construction phasing to facilitate expeditious completion of construction.
2. Impact to businesses, residences and the motoring public.
3. Provisions for smooth pavement joins and transitions.
A2. Traffic Design
Traffic control plan requirements would depend largely on the storm drain
construction alignment. Storm drain construction requires equipment to trench,
lay pipe, and backfill. Trench excavation spoil requires equipment and storage.
Junction structures can require hand forming and lengthy concrete curing times.
Traffic control measures must protect construction workers, as well as guide
vehicular and pedestrian traffic safely through the work area.
The traffic control design would attempt to minimize this inconvenience without
jeopardizing safety. One lane would be maintained for each direction of travel on
Balboa Boulevard. Access to cross streets and driveways would be restricted for
brief periods during specific construction; however, during non - working hours,
including weekends, at least one lane in each direction on Balboa Boulevard and
on- street parking would be available. Also, cross streets would be open.
dc- 93Prop Work Plan
JN93156 Page 4 of 7
(4-31 ,436
0 W VVLUAMSON & SCFNU
CONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
Pedestrians and bicyclists will be encouraged to use alternate routes by the use of
signing and barricading, as necessary.
Actual traffic control would be accomplished using standard signing, barricading,
and delineation, as found in the "WATCH" manual. The "WATCH" manual would
be used as a guide for applying traffic control measures to the specific conditions
during various construction work. Special notes would be added to each plan
sheet to accommodate conditions peculiar to the work and area. Following each
day's storm drain work, the trench would be backfilled and /or covered with steel
plates.
Plans would contain sufficient details and notes to clearly define the intended
construction area traffic control.
A3. Landscaping and Irrigation Design
The landscaping and irrigation subconsultant team will provide final plans and
specifications based on the approved conceptual landscaping and irrigation plan.
Tasks included are:
1. Provide labeled and dimensioned hardscape construction information with
detail call -outs.
2. Prepare irrigation design plans, including layout of heads, pipe valves and
related equipment.
3. Prepare labeled planting plan with legend and call -outs.
4. Prepare construction details of hardscape, irrigation and planting elements.
5. Prepare construction specifications in CSI format describing style, materials,
workmanship and finishes of hardscape, irrigation and planting elements for
incorporation in the project specifications.
6. Provide coordination efforts for plan check and revisions.
7. Meet with City staff and /or civil engineer to resolve issues which effect the
progress of landscape architects work.
B. Contract Specifications
In conjunction with the preparation of improvement plans and quantity and cost
estimates, we will develop contract specifications for the project. The
specifications will meet all the requirements of the City and other funding
agencies, if applicable. Specifications will consist of:
• Advertisement of bids.
dc- 93Prop Work Plan
JN93156 Page 5 of 7
i
WILUAMSON & SCHMI)
SCONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
• Bid proposal.
• Contract documents.
• General provisions.
• Standard special provisions.
• Supplemental special provisions for all items of work included in the contract.
C. Final Quantity and Statement of Probable Cost
In conjunction with the preparation of final improvement plans and contract
specifications the consultant team will prepare final quantity and final Statement
of Probable Cost. Estimates will be prepared on a PC based spreadsheet format for
easy update and delivery to the City for review and final budget confirmation.
Quantity estimates and Statement of Probable Cost will be provided at the
following stages.
• Intermediate Statement of Probable Cost at 65 percent design completion stage.
• Final Statement of Probable Cost at time of first submittal to City.
• Final updated Statement of Probable Cost at time of delivery of Final Plans and
Specifications to City.
D. Public Utility and Private Improvement Notification and Coordination
The project team will perform coordination efforts with affected utilities and
private parties within the project limits. Coordination work will include but not be
limited to:
1. Utility and Private Improvement Coordination
a. Review preliminary design, analyze and identify conflicting public and
private utilities or private improvements requiring relocation and /or
modification.
b. Ascertain if additional utilities are proposed for the foreseeable future.
Identify systems to be constructed.
c. Review utility relocation or new construction schedules, develop
coordinating schedules or strategy to identify and address utility
construction with long lead times or potential project delays.
2. Notifications
a. Transmit Notice of Improvement and Preliminary Plans to affected public
utilities.
b. Transmit Notice of Improvement and appropriate preliminary plans to
property owners.
c. Prior to contract bidding transmit Notice and Final Plans to affected utilities
for final coordination and resolution of final utility relocation issues.
dc- 93Prop Work Plan
JN93156 Page 6 of 7
G3156
0
S 1MWAMSON & SCHMI)
CONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
E. Coastal Commission Permit Support
The project design team will support the City of Newport Beach in the processing
of the Coastal Commission Permit. Tasks included are:
a. Prepare permit application package to Coastal Commission.
b. Preparation of exhibits for Coastal Commission presentation.
F. Project Management and Coordination
Williamson & Schmid supported by the team members will provide management
services during the design phase including:
a. Provide project coordination and management support.
b. Biweekly meetings with City staff during the design phase are proposed to be
conducted by Williamson & Schmid and other members of the consulting
team as necessary.
dc- 93Prop Work Plan
JN93156 Page 7 of 7
�3� 5�
s AMSON WIW & SCHMID
CONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
PROPOSAL FOR ENGINEERING SERVICES
BALBOA BOULEVARD RECONSTRUCTION
12TH STREET TO 16TH STREET
FEE SCHEDULE
PRELIMINARY ENGINEERING PHASE
A. Research, Investigation and Review
1. City meeting, project scope development $ 200
2. Field review /photo log 200
3. Records search and compilation 300
Subtotal $ 700
B. Topographic Survey
1. Survey control research $ 300
2. Vertical and horizontal control establishment 2,200
3. Aerial topography map 3,000
4. Field survey 8,000
5. Cross sections plotting 2,000
6. Base map preparation 1,500
Subtotal $ 17,000
C. Preliminary Design/ Project Study Report
1. Existing condition hydrology $ 2,500
2. Storm drain alternates development 9,300
3. Preliminary street improvement plans/ development of
alternatives 4,000
4. Preliminary quantity estimates and Statement of Probable
Cost 1,000
5. Project Report 1,000
Subtotal $ 17,800
D. Schematic Design for LandscapelHardscape
1. Site analysis $ 300
2. Background information review 150
3. Scoping meeting 150
4. Schematic design 1,400
dc- 93Prop Fee Schedule
JN93156 Page 1 of 3
(13150
aWIWAMSON & SCHM )
SCONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
5. Preliminary Statement of Probable Cost 300
6. Review meetings 300
7. Final schematic design 600
Subtotal $ 3,200
E. California Coastal Commission Coordination: $ 500
F. Public Meetings and Project Meetings
1. Public meetings $ 500
2. Utility company meetings 200
3. Project meetings 600
Subtotal $ 1,300
G. Reimbursables Preliminary Engineering Phase $ 1,500
SUBTOTAL PRELIMINARY ENGINEERING PHASE $ 42,000
FINAL ENGINEERING PHASE
A. Final Improvement Plans
1. Street improvement plans $ 30,000
2. Storm drain plans 20,700
3. Traffic improvement plans 7,000
4. Landscaping plans 12,000
Subtotal $ 69,700
B. Contract Specifications $ 3,000
C. Final Quantity and Cost Estimates $ 2,500
D. Public Utility and Private Improvement Notification
and Coordination
1. Utility and private improvement coordination $ 700
2. Notifications 300
Subtotal $ 1,000
dc- 93Prop Fee Schedule
JN93156 Page 2 of 3
r
S VVIL �A� SO V & SiF MD
CONSULTING CIVIL ENGINEERS AND LAND SURVEYORS
E. Coastal Commission Permit Support $ 1,000
F. Project Management and Coordination
1. Project coordination/ management $ 1,500
2. Project meetings 1,000
Subtotal $ 2,500
G. Reimbursables Final Engineering Phase $ 3,000
SUBTOTAL FINAL ENGINEERING PHASE $ 83,000
TOTAL PROPOSAL $ 125,000
dc- 93Prop Fee Schedule
JN93156 Page 3 of 3
q315(
LLJ
LLJ
LO
L'i
I LLJ
C%j
0
U
(n
Z
0
U
LLJ
cr
0
cc
CD
M
la
M
_j
<
M
0-
7
....
I
CH
........
..
I
4�
t-W.P.
E
CD
E —
3 0
co
zo;
Jill,
—
—0
CR
0
CL
G)
om
1
7:
zz�
�
L,�!
M,
0
M
0
cn
L
U z
z
Wz
<
2
0
5�
cc
Z
> 0
cc z I,— OW
z
>
o
>
Z
z
Z
Z
z
Cc
>
0
0
W
0-
W
T
D
<
cr
0 -
cc
To
�a
a-
Z
cn
0
<
ZWMQ
'am
uj(3:�O(
>
Z
zwo
-
0-
5�
0
Z
Cc
Cc
:2
z
E
C9
Cc
12
�
C-Czzmz
0
C)
T
0
t
<
0
U
<
5:
z
w
C)
Q
LO
<<0:2W
Cc
w
E5
ui
FL
0
LO M
Z
w
0
a-
W
w
0
Cc
w
<
z
w
CL
0
z
<
CT)
0
<
Cc
o
0
z
F_
0
r�
CC
C
0
a-
U
In
H
u
E
:D
0
cn
E
w
<
z
0-
0 45
IL
W AMSON & SCHM )
CECONSULTING CIVIL SNeINea RS AND LAND eVNVeYDRe
STANDARD HOURLY RATES
EFFECTIVE
AUGUST 611990
AUTHORIZED
PRINCIPAL ENGINEER
$120
$120
PROJECT MANAGER
104
104
PROJECT ENGINEER /PLANNER
90
90
ENGINEER /TECH 5
74
85
ENGINEER /TECH 4
61
71
ENGINEER /TECH 3
48
57
TECH 2 /WORD PROCESSING
36
44
TECH 1 /TRAINEE
25
31
3 -MAN SURVEY CREW
182
222
2 -MAN SURVEY CREW
144
174
rablenwrelm; MOM M4.9
COMPUTER PROCESSING TIME $25 /Hour
PLOTTER TIME $10 /Minute
EXPERT WITNESS $150 /Hour
COURT APPEARANCES/ DEPOSITIONS $250 /Hour
IN -HOUSE BLUEPRINTS AND XEROX AT COST
OUTSIDE SERVICES AND BLUEPRINTING AT COST PLUS 10 PERCENT
Corporate Off leg 15101 Red Hill Ave. • Tustin, California 92680 • 714/259.7900 • FAX 7141259.0210
Inland Empire Office • 1101 S. Milliken Ave., Suite G • Ontario, California 91761 • 7141988.7880 • a 99.5 99
San Diego County Office • 2011 Palomar Airport Road, Suite 109 • Carlsbad, California 92009 1
_...
Coact2i2 `jsy Office • 77.822 Country Club Dr.. Suite P • Palm Desert. Cd1wHDSNOSWtiI��IM TV :SS £6. 6I
EXHIBIT "B"
to
Engineering Services
for
Balboa Boulevard Reconstruction
12th Street to 16th Street
Compensation to the Engineer
A. In consideration of the performance of services specified
under Exhibit "A" of this Agreement, CITY hereby agrees to
compensate ENGINEER an amount based on the following hourly
rates:
Classification of personnel Hourlv Rate
Principal Engineer
$120.00
Project Manager
$104.00
Project Engineers /Planner
$ 90.00
Engineer/ Tech 5
$ 74.00
Engineer/ Tech 4
$ 61.00
Engineer/ Tech 3
$ 48.00
Tech 2 /Word Processing
$ 36.00
Tech 1 /Trainee
$ 25.00
Two -Man Survey Crew
$144.00
Three -Man Survey Crew
$182.00
Expenses for reproduction will be billed at cost.
Subconsultant fees will be billed at cost plus 10 %.
B. Aggregate compensation to the ENGINEER shall not exceed one
hundred twenty -five thousand dollars ($125,000.00).
C. ENGINEERS monthly invoices to CITY for compensation shall
include classification of personnel and hours worked in
performance of the services by work task as specified under
Exhibit "A" of this Agreement.
D. CITY shall remit payment to ENGINEER within thirty (30)
days after receipt of ENGINEER's invoices.
E. Increase in the Scope of Services which does not exceed 10%
of the original fee twelve thousand five - hundred dollars
($12,500.00) may be approved by the Public Works Director.
EXHIBIT "B"
C131 s4O