Loading...
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