Loading...
HomeMy WebLinkAboutC-3806 - Mariners Park Improvements - Landscape Architecture0 C ADG PROFESSIONAL SERVICES AGREEMENT WITH RJM DESIGN GROUP, INC., FOR MARINERS PARK IMPROVEMENT LANDSCAPE ARCHITECTURE THIS AGREEMENT is made and entered into as of this W* day of 2007, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and RJM DESIGN GROUP, INC., a California Corporation whose address is 31591 Camino Capistrano, San Juan Capistrano, California, 92675 ( "Consultant"), and 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 City. B. City is planning to improve and redevelop Mariners Park. C. City desires to engage Consultant to provide landscape architectural services, hereinafter referred to as "Project ", for the park improvement and redevelopment. D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Robert J. Mueting, ASLA. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 3151 day of December, 2008, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE • Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed One Hundred Fifty Five Thousand Eight Dollars and no /100 ($155,008.00) without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and/or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: 2 E A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Robert J. Mueting to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously fumish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Frank Tran, PE shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: 3 0 0 A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed work, Consultant certifies that the work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the professional standard of care. 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force in effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and V • • expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them. Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS 5 • i Consultant is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by City. D. Coverage Requirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non- payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, • 0 contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either 7 0 0 party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: 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. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership orjoint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY N • • Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under the law or any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with Project. 26. CONFLICTS OF INTEREST 0 0 Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Frank Tran, PE Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3340 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Attention: Robert J. Mueting RJM Design Group, Inc. 31591 Camino Capistrano San Juan Capistrano, CA 92675 Phone: 949 - 493 -2600 Fax: 949 - 493 -2690 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure 11 0 • Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS 'e, cob Consultant shall at its own cost and expense comply with W statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, vAmdhat:n= in force erne tr In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. Ae 4ime services are 30. WAIVER A waiver by either party 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. 31. 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 herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 12 • • 34. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 35. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 36. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 37. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. 13 = 0 # IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney City of Newport Beach ATTEST: By: ! LaVonne Harkless, City Clerk CITY OF NEWPf�RT BEACH, A Mur*&al C(froolation Mayor City of Newport RJM DESIGN GROUP, INC.: By: (Coro t Offi ) Title: SeofeAOLrq Attachments: Exhibit A — Scope of Services Exhibit B — Hourly Fee Schedule f : \usem\pbw\shared\agreements\fy 06- 07\rjm- mariners park.doc 14 • • I. EXHIBIT A SCOPE OF SERVICES PHASE 1— SITE FAMILLMUZATION AND CONCEPT REFINEMENT A. Review all documentation available from the City pertaining to this project, including available topographic and boundary surveys, aerial photos, geotechnical report, title report and environmental assessment as available. In general, we anticipate the following resources will be necessary to be finnished by the City: 1. Aerial Photo 2. As built information of existing facilities /utilities 3. Water and Sewer Plans 4. Utility Infrastructure Layout (Phone, CATV, Electrical, Lighting, Irrigation, Gas, Sewer, Storm Drain and Domestic/Reclaimed Water). Note: Tree Survey if available B. Review state and local codes and standards applicable to the site development. C. Prepare Aerial Topographic Map for Grading Plan D. Prepare Soils / Goetechnical Report — mimimal for Grading and Construction E. Commence preparation of a Base Plan at appropriate scale. F. Prepare digital Site Plan exhibit to include: 1. Limits of Work 2. Aerial Topographic Map 3. Proposed Elements and Amenities 4. Restroom Building Footprint (location only) 5. Scoreboard/Clock/Cell Tower /Service (location only) G. Meet with the City Staff to give design direction for the Restroom, Storage Building and Scoreboard/Clock/Cell Tower. Review project scope, requirements for site, time schedules and review the existing site documentation. H. Prepare preliminary architectural concepts for Restroom I. Optional: Prepare preliminary architectural concepts for Scoreboard/ClocklCell Tower. J. Refine Site Plan based upon City Staff comments and direction. K. Commence preparation of the Preliminary Opinion of Probable Construction Costs based upon average unit cost amounts. 1. Evaluate alternative cost for pre- fabricated rstroom building. 2. Evaluate alternative cost for per - fabricated storage units. 3. Determine how to proceed with the Scoreboard/Clock/Cell Tower. L. Meet with the City Staff to present the refined Site Plan, Architectural Concepts for Restroom and Storage Building. Review Preliminary Opinion of Probable Construction Costs, and to confirm project scope and budget. MEETINGS: (2) Two Meetings with City Staff PRODUCTS: (1) Digital Site Base Plan 06 -194 City of Newport Beach — Mariners Park Improvements (C -3806) 03/12/07 ! • PHASE 2 — DESIGN DEVELOPMENT Prepare Design Development Plans and cost analysis based upon the approved Preliminary Design in order to fix and describe the scope and character of the entire Project, including landscape architectural, civil, architectural, and electrical systems, materials and such other elements as may be appropriate for a complete project. Consideration shall be given to availability of materials, equipment and labor, construction sequencing and scheduling, economic analysis of construction, user safety and maintenance requirements, and energy conservation. Final selection of materials, textures, and colors shall occur with City. A. Prepare design development, hardscape and landscape plans relative to the information from architectural, civil, structural, electrical, traffic, and civil engineering as necessary for project area. B. Prepare architectural design development package. Enlarge the floor plans and elevations of park buildings and structures on CAD at 3/8" scale, for review and input from City Staff. The drawings to be included in this package shall include the following: 1. Final Restroom Building and Storage Building plans with dimensional footprint for the site plan base. 2. Option: Final Scoreboard/Clock/Cell Tower plans with dimensional footprint for the site plan base. 3. Exterior elevations of all four sides of the restroom building and optional Scoreboard/Clock/Cell Tower structure. C. Prepare preliminary grading and drainage plan of project area. D. Provide preliminary electrical layout and cut sheets for site lighting, such as walkways, parking, monument signage and security lighting. E. Prepare 8 -1 /2' x11" Booklet of proposed site furnishings, colors, and material. These details of proposed amenities shall be submitted for City review and approval prior to commencing with construction documents. F. Update preliminary opinion of probable landscape construction costs. G. Meet with City Staff' to review design development plans and costs prior to commencing construction documents. MEETINGS: Design development review meeting with City Staff. PRODUCTS: Design development site plan; plan area enlargements; materials and color samples; building floor plans and elevations; design development statement ofprobable landscape construction costs 06 -194 City of Newport Beach — Marniers Park Improvements (C -3806) 03;12/07 • 0 PHASE 3 - CONSTRUCTION DOCUMENTS This phase of the project consists of the preparation of the construction documents to include final drawings, specifications, calculations, and final cost estimates. Our proposal includes complete landscape architecture, architectural, civil, structural, and electrical engineering services required to execute the project. Construction drawings will be submitted at 90% complete for review, revised, and finally 100% complete construction drawings will be submitted for city review and approval. Upon submittal of the 90% complete construction documents, a revised cost estimate will be prepared. Specifically, our Construction Document package has included the following disciplines. A. Landscape Design/Documentation Services during the Construction Documents Phase consist of preparation of drawings and specifications based on approved Design Development Documents, setting forth in detail the landscape requirements for the project including: 1. Site Construction/Layout Plans 2. Landscape Construction Details 3. Planting Plans and Details 4. Irrigation Plans and Details B. Civil Engineering Documentation Prepare Precise Grading Plan and appurtenant items 1. Demolition Plan 2. Grading and Drainage Plan 3. Horizontal Control Plan 4. Erosion Control Plan 5. Field Survey (1 day for critical utility and pavement "join" elevations) 6. Quantities / Earthwork 7. Water Quality Management Plan 8. Stormwater Pollution Prevention Plan C. Architectural Design/Documentation This scope shall be limited to the construction documents of a Restroom and Storage Building and optional Scoreboard/Clock/Cell Tower with related equipment building. 1. Floor Plans at 3/8" —1' -0" scale. 2. Slab Dimension Plans at 3/8" —1' -0" scale. 3. Framing Layout Plans at 3/8" —1' -0" scale. 4. Exterior Elevations and Section at 3/8" — 1' -0" scale. 5. Door Schedules and Details 6. Interior Elevations 7. Architectural Exterior and Interior Details 8. Exterior and Interior Finish Material Specifications 06 -194 City of Newport Beach — Mariners Park Improvements (C-3806) 03(12/07 • • D. Electrical Design/Documentation Final drawings and specifications shall be completed. All power, lighting and control schemes, complete with diagrams and details shall be finalized including: 1. Electrical load calculations. 2. Coordination with power and telephone companies. . 3. Design coordination with City. Opinion of probable electrical construction costs. 4. Electrical drawings and specifications including the following: (for site only) i. Walkway, parking, monument sign, and security lighting systems. ii. Lighting photometric drawings. iii. Electrical provisions for irrigation controllers. iv. Title 24 lighting calculations and required documents. 5. Electrical drawings and specifications including the following: (for building only) i. Electrical Power Plans for the Restroom and Storage Building. Equipment Building for optional.ScoreboardlClocklCell Tower. ii. Lighting Plans for the Restroom and Storage Building. Equipment Building for optional Scoreboard/Clock/Cell Tower. iii. Building single line diagrams and panel schedules iv. Title 24 calculations E. Structural Design Documentation Services during the Construction Documents Phase consist of preparation of final structural engineering calculations, drawings and specifications based on approved Design Development Documents, setting forth in detail the structural construction requirements for the Project. 1. Structural Calculations (for restroom and storage building only) 2. Foundation Plans (for restroom and storage building only) 3. Framing Plans (for restroom and storage building only) 4. Structural Details (for restroom and storage building only) 5. Structural Material Specifications (for restroom and storage building only) 6. Structural Details for Backstop and Netting Poles (for site only) 7. Structural Details for Walls (for site only) 8. Structural calculations, foundation plans, framing plans, structural details, structural material specifications for optional Scoreboard/Clock/Cell Tower F. Mechanical Design Documentation Final completion of all drawings, specifications and Title 24 documentation for the restroom/storage building plumbing systems. 1. Plumbing Floor Plans 2. Plumbing Fixture Schedules, Details and Specifications 3. Mechanical ventilation plans and details for Restroom Building 4. HVAC plan and details for optional Scoreboard/Clock/Cell Tower G. Technical Specifications Technical specifications for each of the above disciplines will be incorporated into the project manual. Site work construction will be prepared utilizing the `Green Book' format. 06 -194 City of Nevpoil Beach — Mariners Park Improvements (C -3806) 03.12/07 E Architectural specifications will be prepared in C.S.I. format. City to provide Notice Inviting Bids, Instructions to Bidders, Information required by Bidders, Bid Form, Bid Bonds, Agreement, Performance Bond, Payment Bond, Insurance Documents, General Provisions, General/Supplementary Conditions, and General Requirements. H. Statement of Probable Construction Cost Statement of Probable Construction Cost services during the Construction Documents Phase consist of advising the City of any adjustments, and, when the Construction Documents are approximately 90 percent complete, updating of the Statement of Probable Construction Cost of the Project, taking into account: 1. Changes in materials, systems or details of construction, which have occurred during preparation of the Construction Documents. 2. Known changes in the cost of materials, labor and services since preparation of the previous Statement of Probable Construction Cost. 3. Adjustments for known or anticipated changes in the bidding market relative to the Project. MEETINGS Two Meetings City Staff PRODUCTS: Base Plans, Construction Drawings, Teclu:ical Specifications, and Opinion of Probable Construction Costs PHASE 4— BIDDING (Hourly as requested) Biddine Procedures The Consultant shall assist the City with the Bidding Phase of the project. Questions, clarifications, or conflicts arising during the bid process will be resolved by addenda prepared by the Consultant. Addenda to the contract for construction shall be prepared in writing to document any clarification or modification made to the contract documents. PHASE 5 - CONSTRUCTION ADMINISTRATION (Hourly as requested) The Consultant Design Team shall attend maximum of 12 job site meetings (one meeting every 2 weeks or as requested by the City) for an estimated 5 month construction period to generally review and evaluate the construction schedule, monitor performance, review quality control standards, and provide assistance for any clarification or revision to the contract. Shop drawings and related submittals shall be reviewed and returned to the consultant for appropriate action. The Contractor's requests for information, change order requests, and related communications shall be attended to on a regular basis. Assist the City in review of contractor's pay requests on a monthly basis in accordance with the amount of work completed and in accordance with the contract documents. During the Construction Administration Phase of the project, the following services shall be furnished: A. Pre- construction Conference 06 -194 City of Newport Beach — Mariners Park Improvements (C -3806) 031112 .107 5 A pre- construction conference shall be organized and conducted to brief all parties concerned with general and special requirements of the contract for construction. Procedural matters, routing of information, and project representatives shall be defined. Attendees shall include representatives from the City's staff, the Consultant, the Contractor, and all major subcontractors. B. Job Site Meeting Consultant shall attend job site meetings as requested by the City. Scheduling, coordination, requests for information, and changes to the contract for construction are routinely monitored. The Consultant shall publish and distribute a field report for each job site meeting, documenting the progress of construction, and specifically noting current and delinquent action items. C. Submittal and Shop Drawing Review The Consultant Team shall review all required shop drawings and related submittals as specified in the contract documents. D. Change Orders Requests • Preparation and distribution of Drawings and Specifications to describe Work to be added, deleted, or modified. • Review of proposals from Contractor(s) for reasonableness of quantities and costs of labor and materials. • Review and recommendations relative to changes in time for Substantial Completion. • Coordination of communications, approvals, notifications and record keeping relative to changes in the work. E. Project Close -Out At the completion of the Construction Phase a final job site meeting and review of the entire facility shall be conducted. A final punch list will be published and distributed by the Consultant to all parties concerned, specifically noting required corrections, non- conforming work, and work remaining to be completed. A second walk - through shall be conducted when all punch list items have been corrected, at which time a "Final Notice of Completion" shall be filed by the City. F. Record Drawings Consultant will review contractor submitted As -Built Drawings for contract conformance and completeness based upon field observations made during the construction observationladministration task and the original contract documents. Consultant shall prepare and submit mylar record drawings based upon information _ provided by the City. Consultant shall rely upon the accuracy and completeness of information provided by the contractor and the City, and shall not be held responsible for inaccuracies of the contractor provided `As- Built' Drawings. Any site visits required verifying information contained on the contractor's `As- Built' drawings will be provided on an hourly basis. 06-194 City of Newport Beach — Mariners Park Improvements (C -3806) 03/12/07 0 II. ADDITIONAL SERVICES 0 The following items are not a part of the fee identified in the proposal but shall be reimbursable to RJM Design Group, Inc. as follows: A. Any requested refinements to the Construction Documents (except Building Department) after 50% and 901/o submittals as a result of the City review shall be completed in accordance with the Standard Hourly Fee Schedule. B. Additional plans or exhibits requested by the client in addition to the specific tasks outlined in the Scope of Services shall be completed in accordance with the Standard Hourly Fee Schedule. C. Additional meetings, as requested, shall be in accordance with the Standard Hourly Fee Schedule. D. Any soils engineering, geotechnical services, aerial topography or analysis by others necessary to complete construction drawings. III. ASSUMPTIONS 1. No construction survey, certifications, inspections or administration, or construction site visits beyond the "estimated" fee Construction Administration amount will be additional services. 2. Preparations of legal descriptions/exhibits, land subdivision, ALTA Survey, and/or additional boundary survey are additional work. Included is one day of field survey for critical utility and pavement "join" elevations, location of approximately 25 trees, and ties to aerial topographic map. Includes plotting of reasonable number of easements assuming City provides record documents. 3. The Architect shall handle all normal Building Department Coordination with the City of Newport Beach to secure a building, electrical and mechanical permit. All other coordination, except that needed for a building permit, such as public works, road department, school district review, etc. shall be coordinated by the client or shall be billed as extra services if provided by the Landscape Architect on an hourly basis as the rate shown above. 4. Assumes sewer connections are offite private system from existing sewer in adjacent street. Excludes any sump pumps, offsite sewer, sewer plan/profiles, or special studies. 5. Assumes offite water system is private and buildings can be served from adjacent lines in the street. MCE will loop water thru site, show domestic meter, landscape meter and fire connection on Water Plan. Excludes any capacity or pressure studies. 6. AutoCAD Site Plan, aerial topography in AutoCAD format design of retaining/site walls and pavement/concrete slab, pavement analysis, soils report, and hardscape plan by others. 7. Excludes "pot holing" of utilities. 06 -194 City of Newport Beach — Mariners Park Improvements (C -3806) 03/12/07 • • 8. Surface drainage utilizes the existing drainage system with minor onsite storm drain connections. Any additional off -site hydrology could be additional services. 9. Excludes off site storm drain plans and rerouting. Excludes design of flood control channels, upsizing of existing facilities, special permits /processing. 10. Excludes any special manholes, drilled dry wells, pump systems, clarifier design and/or retention basins to retain initial storm runoff onsite. 11. Assume onsite drainage treatment by flow filters or standard manufacture_ d unit (stormseptor or equal) to meet City requirements. 12. Excludes Standard Urban Stormwater Mitigation Plan (SUSMP) and major reconstruction of the existing storm drain system. 13. Assume off site public street plans are not required. Driveways and landscaping adjacent to street shown on Grading Plan. 14. All on -site drainage will be shown on Precise Grading Plan in plan view only. Assume one detail of plan/profile for connection to adjacent storm drain. 15. Bid Alternates for future facilities requiring a separate detail or 10 -scale Detail Plans for complex facilities (such as tot lots) shall be an additional service. If future facilities are only graphically identified for location, no additional fee will be required. 16. We assume all work will be done in one phase. 17. Demolition Plan shall be a 20 -scale plot plan with general notes. 18. No ball field lighting or controls. 06 -194 City of Newport Beach —Mariners Park Improvements (C -3806) 03/12. %07 0 0 IV. EXHIBIT B: 6 FEE SUMMARY It is the ob' ctive of our Design Team to provide the most comprehensive, yet efficient, approach to the dev lopment of the Mariners Park Redevelopment Project. This fee includes all costs to be incurred RJM Design Group, Inc. with the exception of selected supplemental services. Fees for the work are as follows: Phase 1 Familiarization and Concept Refinement Phase 2 Design Development Phase 3 Construction Documents Phase 4 Bidding Phase 5 Construction Administration TOTAL Optional Scoreboard /ClocklCell Tower Phase 1 Familiarization and Concept Refinement Phase 2 Design Development Phase 3 Construction Documents TOTAL $ 16,553.00 $ 22,640.00 $ 85,915.00 Hourly as Requested Hourly as Requested $ 125,108.00 $ 1,150.00 $ 2,300.00 $ 26.450.00 $ 29,900.00 This Fee Summary is based upon our current understanding of the project scope and is based upon the preliminary plan dated January 30, 2007 and your project budget of $1.4 M. All work shall be billed on a monthly basis per our hourly fee rates. All printing, reproduction, and delivery charges will be invoiced directly by the vendors to the City. When possible, estimates will be given to the City prior to proceeding with printing, reproduction or deliveries. Should RJM incur these reimbursable expenses, RJM will invoice the City at direct cost plus 15% for handling. To avoid an allowance for reimbursable printing, we suggest that the City open an account with a local blueprinting company, which would save the City dollars allotted to consultant administration and mark -up. 06 -194 City of Newport Beach — Mariners Park Improvements (C -3806) 03/12/07 N 0 0 V. STANDARD HOURLY FEE SCHEDULE The Client agrees to pay Consultant as compensation for all authorized work included in the Scope of Services heretofore stated, at the hourly rates below: RJM Design Group Inc. PRINCIPAL LANDSCAPE ARCHITECT $ 165 per hour ASSOCIATE LANDSCAPE ARCHITECT $ 135 per hour PROJECT MANAGER / JOB CAPTAIN $ 115 per hour CADD TECHNICIAN/LANDSCAPE DESIGNER $ 95 per hour DRAFTSPERSON $ 75 per hour WORD PROCESSING $ 60 per hour James Mickartz Architect. PRINCIPAL ARCHITECT $ 125 per hour ASSOCIATE ARCHITECT $ 105 per hour MCE Engineering $ 175 per hour PRINCIPAL $ 130 per hour PROJECT MANAGER $ 110 per hour PROJECT ENGINEER $ 100 per hour PROJECT SURVEYOR $ 100 per hour DESIGN ENGINEER $ 90 per hour COMPUTER DRAFTSPERSON $ 70 per hour PROJECT ASSISTANT $ 50 per hour 37-MAN SURVEY CREW $ 230 per hour 2 -MAN SURVEY CREW $ 190 per hour GLP Engineering Inc PRINCIPAL /VICE PRESIDENT $ 175 per hour ASSOCIATE $ 150 per hour PROJECT MANAGER $ 125 per hour DESIGN DRAFTER $ 95 per hour CAD PLOTTING $ 5 per sheet Water Concern PRINCIPAL $ 125 per hour CADD TECHNICIAN $ 95 per hour Billings for all time and materials and contract extension work shall be in accordance with the level of work performed and will be broken into the categories listed above. 06 -194 City of Newport Beach — Mariners Park Improvements (C -3806) 031'12/07 10 Client#: 6243 RJMITPCV:AI CERTIFICPW OF LIABILITY MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSUIWNCE TYPE OF INSURANCE �ACQRD. POLICY EFFECTIVE TE POLICY EXPIRATION DATE (MMMOrM LIMBS D9l28/2U66 PRODUCER LIABILITY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dealey, Renton & Associates 09/30107 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. Box 10550 FIRE DAMAGE (Any one fire) HOLDER. ALTER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR THE COVERAGE AFFORDED BY THE POLICIES BELOW. to Ana, CA 92711 A550 Gen. Llab. policy excludes claims a 427.6810 NED EXP(Any one pemmn) $10000 INSURERS AFFORDING COVERAGE INSURED RJM Design Group, Inc. 31591 Camino Capistrano San Juan Capistrano, CA 92675 61.000.000 INSURER& United States Fidelity & Guaranty INSURER B: American Automobile Ins. Co. INSURER Liberty Insurance Underwriters, Inc. INSURER D: NSURER E: 112,000,000 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, NSR Im TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE TE POLICY EXPIRATION DATE (MMMOrM LIMBS A GENERAL LIABILITY BKO1309630 09/30/06 09/30107 EACH OCCURRENCE $1000000 X FIRE DAMAGE (Any one fire) $1006090 COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR Gen. Llab. policy excludes claims NED EXP(Any one pemmn) $10000 PERSONAL& AOV INJURY 61.000.000 arising out of the GENERAL AGGREGATE 112,000,000 performance of GENT. AGGREGATE LIM ITAPPLIES PER: PRODUCTS- COMP/OPAGG $2000000 prof. Services POLICY PRO- LOC A AUTOMOBILE LIABILITY ANY AUTO BKO1309630 09/30106 09/30/07 COMBINED " SINGLE LIMB $1,000,000 BO JURY (Per r pamo parson) $ ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS NON -OWNEDAUTOS BODILY INJURY (Peracddwt) $ X PROPERTY DAMAGE (Per acciden0 $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC i ANY AUTO $ AUTO ONLY: AGG EXCESS LIABILITY OCCUR F—I CLAIMS MADE EACH OCCURRENCE $ AGGREGATE i i $ DEDUCTIBLE Is RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS• LIABILITY WZP80944033 09130106 09/30/07 X WC STATU- DTH- EL EACH ACCIDENT $1,000,000 EL. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1 000 000 C OTHER Professional AEE1960170105 09130106 09/30/07 $1,000,000 per claim Liability $2,000,000 annl aggr. /aims Made DESCRIPTION OF OPERATIONS ILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Re: All Operations as pertains to named Insured. City of Newport Beach, its elected or appointed officers, officials, employees, agents and volunteers are Additional Insured as respects to General Liability coverage. City of Newport Beach 3300 Newport Blvd. P.O. Sod 1768 Newport Beach, CA 92658.8915 ACORD 25-5 (7197)1 of 1 #M173203 SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WINXIIIX)MM TOMAIL30 DAYSWWTTEN HOnCETOTHE CERTIMArE HOLOERNAMEO TOTHE LEFT ]Mr. a ACORD 0 0 Policy Number: BKO1309630 Owners Lessees or Contractors (Form B) ADDITI6NAL INSURED Change(s) Effective: 09/28/2006 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance policy under the following: LIABILITY COVERAGE PART: Schedule Name of Person or Organization: City of Newport Beach 3300 Newport Blvd. P.O. Bod 1768 Newport Beach, CA 92658 -8915 SECTION II - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. City of Newport Beach, its elected or appointed officers, officials, employees, agents and volunteers PRIMARY INSURANCE: IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS INSURANCE. WAIVER OF SUBROGATION: IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. CUBF 22 40 03 95 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" needs to be completed only when this endorsement Is Issued subsequent to preparation of the policy.) This endorsement forms apart of Policy No. WZP80944033 Issuedto: RJM Design Group, Inc. By: American Automobile Ins. Co. Premium (if any) TBD We have aright to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us). You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 -5% of the California workers compensation premium otherwise due on such remuneration. Schedule Person or Organization City of Newport Beach 3300 Newport Blvd. P.O. Bod 1768 Newport Beach, CA 92658 -8915 WC 04 03 06 (Ed. 4-84) Job Description Re: All Operations as pertains to named insured. City of Newport Beach, its elected or appointed officers, officials, employees, agents and volunteers Countersigned by Authorized Representative Fax #: 0 • CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 4 -27 -07 Dept. /Contact Received From: Shauna Oyler Date Completed: 5 -9 -07 Sent to: Shauna By: April Walker Company /Person required to have certificate: RJM Design Group 1. GENERAL LIABILITY A. INSURANCE COMPANY: United States Fidelity & Guaranty A. B. AM BEST RATING (A: VII or greater): A+ XV B. C. ADMITTED Company (Must be California Admitted): C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 2mil agg/imil occ E. PRODUCTS AND COMPLETED OPERATIONS (Must What is limits provided? Imil include): Is it included? ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The officers, officials, employees and volunteers): Is it included? ❑ Yes City its officers, officials, employees and volunteers): Is it F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be Is it included? N/A ❑ Yes included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named notification of cancellation by certified mail; per Lauren Farley, the City will accept the insured is not limited solely by their negligence) Does endeavor wording. endorsement include "solely by negligence" wording? ❑ Yes ® No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: United States Fidelity & Guaranty B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM): What is limits provided? Imil E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ❑ Yes ® No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: American Automobile Ins. Co. B. AM BEST RATING (A: VII or greater): A XV C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? D El Yes ® No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Auto: Additional Ins ed en ent missin . _ n V 5 • • • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 8 March 27, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Lloyd Dalton, PE 949 -644 -3328 or Idalton @city.newport- beach.ca.us SUBJECT: MARINERS PARK IMPROVEMENTS — CONTRACT N 3806 APPROVAL OF A PROFESSIONAL SERVICES AGR—MyrENT WITH RJM DESIGN GROUP, INC. RECOMMENDATION: 1. Approve a Professional Services Agreement with RJM Design Group, Inc., for landscape architectural services at a not -to- exceed price of $155,008, and authorize the Mayor and City Clerk to execute the Agreement. • 2. Approve Budget Amendment appropriating $29,000 to Account No. 7251 - 05100817 for Mariners Park Improvements Cell Tower and increase revenue estimates by $29,000 representing contributions from participating cell phone companies. DISCUSSION: The City Council has committed $1,430,000 in the FY 2006 -07 budget for improvement and redevelopment of facilities at Mariners Park. Staff desires to retain consultant services to prepare the plans and specifications needed for the project. Consultant Selection: Staff solicited professional qualifications in an advertisement that was placed in the Daily Pilot and from 14 landscape architectural firms known to have expertise in recreation facility planning and design. Three firms responded by submitting their qualifications. Staff from Recreation, General Services, and Public Works Departments then reviewed the firms' qualifications, past experience on similar projects, availability, and references. Upon comparison of the reviews, staff rated RJM Design Group, Inc., as the most qualified firm to do the work. Scope of Services: RJM has proposed to provide construction plans, specifications and cost estimates ..(PS &E) for the project as specified in Scope of Services, Exhibit A to the Professional Mariners Park Improvements, Go46 No. 3806 — Approval of a Professional Services A&ent with RJM Design Group, Inc. March 27, 2007 Page 2 Services Agreement (PSA) attached hereto. RJM's services will include meetings with • City staff and preparation of PS &E for the desired parking and entryway along Dover Drive, ball field, restrooms, pathways, incidental lighting, landscaping, etc., needed for the project. Various telecommunication companies have contacted the City with an Interest in constructing a scoreboard /clock/cell tower. An optional item to prepare PS &E for a scoreboard /clock/cell tower has also been provided by RJM. The cost of the cell tower, including design, would be the responsibility of the telecommunication providers. Fees: Upon negotiation of services and fees, RJM has agreed to provide a complete scope of design services for the project as specified in Fee Schedule, Exhibit B to the PSA attached hereto. RJM's not -to -exceed $125,108 fee includes landscape architectural services, subconsultant services, and reimbursable expenses such as printing, copying, etc., but not construction support services or cell tower PS &E. An additional not -to- exceed fee of $29,900 will be needed if cell tower PS &E is added to the contract. Upon award of a construction contract, staff will request an amount for construction support services from RJM. RJM's standard hourly fees are also included in Exhibit B. Environmental Review: Not Applicable at this time. • Public Notice: Not Applicable at this time. Fundin4 Availability: Upon approval of the Budget Amendment, sufficient funds are available to pay for RJM's services in the following accounts: Account Description Account Number Amount General Fund — park improvements 7015- C5100817 $125,108 Contribution — cell tower 7251- C5100817 29.900 Total: $155,008 Prepared by: Submitted Aze!6, Lloyd Dalton, PE Ste G. a u Design Engineer �PAblit Works Director Attachment: Professional Services Agreement Exhibit A — Scope of Services • Exhibit B — Fee Summary P PROFESSIONAL SERVICES AGREEMENT WITH RJM DESIGN GROUP, INC., FOR • MARINERS PARK IMPROVEMENT LANDSCAPE ARCHITECTURE THIS AGREEMENT is made and .entered into as of this _ day of 2007, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and RJM DESIGN GROUP, INC., a California Corporation whose address is 31591 Camino Capistrano, San Juan Capistrano, California, 92675 ( "Consultant"), and 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 City. B. City is planning to improve and redevelop Mariners Park. C. City desires to engage Consultant to provide landscape architectural services, hereinafter referred to as "Project ", for the park improvement and redevelopment. D. Consultant possesses the skill, experience, ability, background, certification and • knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Robert J. Meuting, ASLA. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written- date, and shall terminate on the 31s1 day of December, 2008, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of • Services attached hereto as Exhibit.A and incorporated herein by reference. City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. 4. TIME OF PERFORMANCE • Time is of the essence in the performance of services under this Agreement and • the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the-case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed: 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed One Hundred Fifty Five Thousand Eight Dollars and no /100 ($155,008.00) without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the speck task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburs specifically approved in advance by City. limited and include Consultant: L s Consultant only for those costs or expenses in this Agreement, or specifically approved in writing Unless otherwise approved, such costs shall be • nothing more than the following costs incurred by 2 • A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this • Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and/or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project.. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Robert J. Meuting to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any.personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City.. City's approval shall not be unreasonably withheld with respect to the removal or assignment of ,non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Frank Tran, PE shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: 3 0 A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such • materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed work, Consultant certifies that the work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the professional standard of care. • 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force in effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes • of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys fees, disbursements and court 4 0 0 costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to • the negligence, recklessness, or wiflful misconduct of the Consultant or its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them. Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active. negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or • employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS • Consultant is responsible for keeping the Project Administrator and /or his/her duly authorized designee informed on a regular basis regarding the status and 5 14: 0 L progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. INSURANCE Without limiting Consultant's indemnification of City, and Prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by City. D. Coverage Reguirements. i. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California, In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non- payment of premium) prior to such. change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general R • • • 0 0 aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at • least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented - vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one. million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of • Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all.rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers: V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. • vi. The insurance provided by this policy shall not be suspended; voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days 7 15. 16. 17 0 0 written notice of non - payment of premium) written notice has been received by City. • F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and - expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: 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. Control means fifty percent (50 %) or more of the voting power, or twenty-five percent (25 %) or more of the assets of the corporation, partnership or joint - venture. • SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further • compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. a • • Documents, including drawings and specifications, prepared by Consultant • pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all, liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 18: COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or. losses arising out of, or connected-with (a) the modification or misuse by City, or anyone authorized by City,. of. CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnity Consultant for damages and liability resulting from the modification or misuse of • such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including, drafts, preliminary drawings or plans, notes and communications -that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his/her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY . Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of 2 22. 23. 24. 25. 26. i i any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this • Agreement. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged, to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant • shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under the law or any other sections of this Agreement. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with Project. CONFLICTS OF INTEREST Consultant or its employees may be subject to the provisions of the California • Political Reform Act of 1974 (the "Act "), which (1) requires such persons to M1, i 0 disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from • making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultants violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. . All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Frank Tran, PE Public Works Department City of Newport Beach 3300 Newport Boulevard • Newport Beach, CA, 92663 Phone: 949 - 644 -3340 Fax: 949- 6443308 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Attention: Robert J. Meuting RJM Design Group, Inc. 31591 Camino Capistrano San Juan Capistrano, CA 92675 Phone: 949 - 493 -2600 Fax: 949 -493 -2690 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the . steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 11 • • Notwithstanding the above provisions, City shall have the right, at its sole • discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party. 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. 31. 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 herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. • 12 34. AMENDMENTS • This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. • r� LJ 35. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 36. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 37. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. 13 0 • IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney City of Newport Beach ATTEST: By: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation By: Mayor City of Newport Beach RJM DESIGN GROUP, INC.: By: (Corporate Officer) Title: Print Name: By: (Financial Officer) Title: Print Name: Attachments: Exhibit A — Scope of Services Exhibit B — Hourly Fee Schedule f:Wsem\pbwlshareftgreementsVy 06r07Vjm- mariners paik.doc 14 • • • I. ENMIT A ! PHASE 1— SITE FAMILIARIZATION AND CONCEPT REFINEMENT A. Review all documentation available from the City pertaining to this project, including available topographic and boundary surveys, aerial photos, geotechnical report, title report and environmental assessment as available. In general, we anticipate the following resources will be necessary to be furnished by the City: 1. Aerial Photo 2. As built information of existing facilities/utilities 3. Water and Sewer Plans 4. Utility Infrastructure Layout (Phone, CATV, Electrical, Lighting, Irrigation, Gas, Sewer, Storm Drain and Domestic/Reclaimed Water). Note: Tree Survey if available B. Review state and local codes and standards applicable to the site development. C. Prepare Aerial Topographic Map for Grading Plan D. Prepare Soils / Goetechnical Report — mimimal for Grading and Construction E. Commence preparation of a Base Plan at appropriate scale. F. Prepare digital Site Plan exhibit to include: 1. Limits of Work • 2. Aerial Topographic Map 3. Proposed Elements and Amenities 4. Restroom Building Footprint (location only) 5. Scoreboard/Clock/Cell Tower /Service (location only) G. Meet with the City Staff to give design direction for the Restroom, Storage Building and Scoreboard/Clock/Cell Tower. Review project scope, requirements for site, time schedules and review the existing site documentation. H. Prepare preliminary architectural concepts for Restmom I. Optional: Prepare preliminary architectural concepts for Scoreboard/Clock/Cell Tower. J. Refine Site Plan based upon City Staff comments and direction. K. Commence preparation of the Preliminary Opinion of Probable Construction Costs based upon average unit cost amounts. 1. Evaluate alternative cost for pre - fabricated restroom building. 2. Evaluate alternative cost for per - fabricated storage units. 3. Determine how to proceed with the Scoreboard/Clock/Cell Tower. L. Meet with the City Staff to present the refined Site Plan, Architectural Concepts for Restroom and Storage Building. Review Preliminary Opinion of Probable Construction Costs, and to confirm project scope and budget. MEETINGS: (2) Two Meetings with City Staff PRODUCTS.- (1) Digital Site Base Plan ! 06 -194 City of Newport Beach — Mariners Park Improvements (C-3806) 03/12/07 0 0 PHASE 2 — DESIGN DEVELOPMENT Prepare Design Development Plans and cost analysis based upon the approved Preliminary Design • in order to fix and describe the scope and character of the entire Project, including landscape _ architectural, civil, architectural, and electrical systems, materials and such other elements as may be appropriate for a complete project. Consideration shall be given to availability of materials, equipment and labor, construction sequencing and scheduling, economic analysis of construction, user safety and maintenance requirements, and energy conservation. Final selection of materials, textures; and colors shall occur with City. A. Prepare design development, hardscape and landscape plans relative to the information from architectural, civil, structural, electrical, traffic, and civil engineering as necessary for project area. B. Prepare architectural design development package. Enlarge the floor plans and elevations of park buildings and structures on CAD at 3/8" scale, for review and input from City Staff. The drawings to be included in this package shall include the following: 1. Final Restroom Building and Storage Building plans with dimensional footprint for the site plan base. 2. Option: Final Scoreboard/Clock/Cell Tower plans with dimensional footprint for the site plan base. 3. Exterior elevations of all four sides of the restroom building and optional • Scoreboard/Clock/Cell Tower structure. C. Prepare preliminary grading and drainage plan of project area. D. Provide preliminary electrical layout and out sheets for site lighting, such as walkways, parking, monument signage and security lighting. E. Prepare 8 -1/2' x11" Booklet of proposed site furnishings, colors, and material. These details of proposed amenities shall be submitted for City review and approval.prior to commencing with construction documents. F. Update preliminary opinion of probable landscape construction costs. G. Meet with City Staff to review design development plans and costs prior to commencing construction documents. MEETINGS: Design development review meeting with City Staff. PRODUCTS: Design development site plan; plan area enlargements; materials and color samples; building floor plans and elevations; design development statement of probable landscape construction costs o6-19a • City of Newport Beach — Mariners Park Improvements (G3806) 03/12/07 7 0 PHASE 3 - DOCUMENTS •This phase of the project consists of the preparation of the construction documents to include final drawings, specifications, calculations, and final cost estimates. Our proposal includes complete landscape architecture, architectural, civil, structural, and electrical engineering services required to execute the project. Construction drawings will be submitted at 90% complete for review, revised, and finally 100% complete construction drawings will be submitted for city review and approval. Upon submittal of the 90% complete construction documents, a revised cost estimate will be prepared. Specifically, our Construction Document package has included the following disciplines. A. Landscape Desima/Documentation Services during the Construction Documents Phase consist of preparation of drawings and specifications based on approved Design Development Documents, setting forth in detail the landscape requirements for the project. including: 1. Site Constnrction/Layout Plans 2. Landscape Construction Details 3. Planting Plans and Details 4. Irrigation Plans and Details B. Civil Eneineering Documentation Prepare Precise Grading Plan and appurtenant items 1. Demolition Plan • 2. Grading and Drainage Plan 3. Horizontal Control Plan 4. Erosion Control Plan 5. Field Survey (1 day for critical utility and pavement "join" elevations) 6. Quantities I Earthwork 7. Water Quality Management Plan 8. Stormwater Pollution Prevention Plan C. Architectural Design/Documentation This scope shall be limited to the construction documents of a Restroom and Storage Building and optional Scoreboard/Clock/Cell Tower with related equipment building. 1. Floor Plans at 3/8" —1' -0" scale. 2. Slab Dimension Plans at 3/8" — I' -0" scale. 3. Framing Layout Plans at 3/8" —1' -0" scale. 4. Exterior Elevations and Section at 3/8" —1' -0" scale. 5. Door Schedules and Details 6. Interior Elevations 7. Architectural Exterior and Interior Details 8. Exterior and Interior Finish Material Specifications • 06 -194 City of Newport Beach — Mariners Park Iniprovements (C -3806) 03!12/07 0 D. Electrical Design/Documentation • Final drawings and specifications shall be completed. All power, lighting and control schemes, complete with diagrams and details shall be finalized including: 1. Electrical load calculations. 2. Coordination with power and telephone companies. 3. Design coordination with City. Opinion of probable electrical construction costs. 4. Electrical drawings and specifications including the following: (for site only) i. Walkway, parking, monument sign, and security lighting systems. ii. Lighting photometric drawings. iii. Electrical provisions for irrigation controllers. iv. Title 24 lighting calculations and required documents. 5. Electrical drawings and specifications including the following: (for building only) i. Electrical Power Plans for the Restroom and Storage Building. Equipment Building for optional Scoreboard/Clock/Cell Tower. ii. Lighting Plans for the Restroom and Storage Building. Equipment Building for optional Scoreboard/0ock/Cel1 Tower. iii. Building single line diagrams and panel schedules iv. Title 24 calculations E. Structural Design Documentation Services during the Construction Documents Phase consist of preparation of final structural engineering calculations, drawings and specifications based on approved Design Development Documents, setting forth in detail the structural construction requirements for • the Project. 1. Structural Calculations (for restroom and storage building only) 2. Foundation Plans (for restroom and storage building only) 3. Framing Plans (for restroom and storage building only) 4. Structural Details (for restroom and storage building only) 5. Structural Material Specifications (for restroom and storage building only) 6. Structural Details for Backstop and Netting Poles (for site only) 7. Structural Details for Walls (for site only) 8. Structural calculations, foundation plans, framing plans, structural details, structural material specifications for optional Scoreboard/Clock/Cell Tower F. Mechanical Design Documentation Final completion of all drawings, specifications and Title 24 documentation for the restroom/storage building plumbing systems. 1. Plumbing Floor Plans 2. Plumbing Fixture Schedules, Details and Specifications 3. Mechanical ventilation plans and details for Restroom Building 4. HVAC plan and details for optional Scoreboard/Clock/Cell Tower G. Technical Specifications Technical specifications for each of the above disciplines will be incorporated into the • project manual. Site work construction will be prepared utilizing the `Green Book' format. 06-194 City of Nea°port Beach — Mariners Park Improvements (C -3806) 03/12/07 4 Architectural specifications will be prepared in C.S.I. format. City to provide Notice Inviting Bids, Instructions to Bidders, Information required by Bidders, Bid Form, Bid • Bonds, Agreement, Performance Bond, Payment Bond, Insurance Documents, General Provisions, General/Suppletnentary Conditions, and.General Requirements. IEL Statement of Probable Construction Cost Statement of Probable Construction Cost services during the Construction Documents Phase consist of advising the City of any adjustments, and, when the Construction Documents are approximately 90 percent complete, updating of the Statement of Probable Construction Cost of the Project, taking into account: 1. Changes in materials, systems or details of construction, which have occurred during preparation of the Construction Documents. 2. Known changes in the cost of materials, labor and services since preparation of the previous Statement of Probable Construction Cost. 3. Adjustments for known or anticipated changes in the bidding market relative to the Project. MEETTIVGS.• Two Meetings City Staff' PRODUCTS: Base Plans, Construction Drawings, Technical Specifications, and Opinion of Probable Construction Costs PHASE 4 —BIDDING (Hourly as requested) • Biddine Procedures The Consultant shall assist the City with the Bidding Phase of the project. Questions, clarifications, or conflicts arising during the bid process will be resolved by addenda prepared by the Consultant. Addenda to the contract for construction shall be prepared in writing to document any clarification or modification made to the contract documents. PHASE 5 - CONSTRUCTION ADMINISTRATION (Hourly as requested) The Consultant Design Team shall attend maximum of 12 job site meetings (one meeting every 2 weeks or as requested by the City) for an estimated 5 month construction period to generally review and evaluate the construction schedule, monitor performance, review quality control standards, and provide assistance for any clarification or revision to the contract. Shop drawings and related submittals shall be reviewed and returned to the consultant for appropriate action. The Contractor's requests for information, change order requests, and related communications shall be attended to on a regular basis. Assist the City in review of contractor's pay requests on a monthly basis in accordance with the amount of work completed and in accordance with the contract documents. During the Construction Administration Phase of the project, the following services shall be finished: •A. Pre - construction Conference 06 -194 City of Newport Beach — Mariners Park Improvements (C -3806) 03/12/07 0 • A pre - construction conference shall be organized and conducted to brief all parties concerned with general and special requirements of the contract for construction. Procedural matters, routing of information, and project representatives shall be defined. • Attendees shall include representatives from the City's staff, the Consultant, the Contractor, and all major subcontractors. B. Job Site Meeting Consultant shall attend job site meetings as requested by the City. Scheduling, coordination, requests for information, and changes to the contract for construction are routinely monitored. The Consultant shall publish and distribute a field report for each job site meeting, documenting the progress of construction, and specifically noting current and delinquent action items. C. Submittal and Shon Drawing Review The Consultant Team shall review all required shop drawings and related submittals as specified in the contract documents. D. Change Orders Requests • Preparation and distribution of Drawings and Specifications to describe Work to be added, deleted, or modified. • Review of proposals from Contractors) for reasonableness of quantities and costs of labor and materials. • Review and recommendations relative to changes in time for Substantial Completion. • • Coordination of communications, approvals, notifications and record keeping relative to changes in the work. E. Project Close -Out At the completion of the Construction Phase a final job site meeting and review of the entire facility shall be conducted A final punch list will be published and distributed by the Consultant to all parties concerned, specifically noting required corrections, non- conforming work, and work remaining to be completed. A second walk - through shall be conducted when all punch list items have been corrected, at which time a "Final Notice of Completion" shall be filed by the City. F. Record Drawings Consultant will review contractor submitted As -Built Drawings for contract conformance and completeness based upon field observations made during the construction observation /administration task and the original contract documents. Consultant shall prepare and submit mylar record drawings based upon information_ provided by the City. Consultant shall rely upon the accuracy and completeness of information provided by the contractor and the City, and shall not be held responsible for inaccuracies of the contractor provided `As- Built' Drawings. Any site visits required verifying information contained on the contractor's `As- Built' drawings will be provided on an hourly basis. 06-194 City of Newport Beach — Mariners Park Improvements (C -3806) 03/12/07 0 • n u 11. ADDITIONAL SERVICES •The following items are not a part of the fee identified in the proposal but shall be reimbursable to RJM Design Group, Inc. as follows: A. Any requested refinements to the Construction Documents (except Building Department) after 50% and 90% submittals as a result of the City review shall be completed in accordance with the Standard Hourly Fee Schedule. B. Additional plans or exhibits requested by the client in addition to the specific tasks outlined in the Scope of Services shall be completed in accordance with the Standard Hourly Fee Schedule. C. Additional meetings, as requested, shall be in accordance with the Standard Hourly Fee Schedule. D. Any soils engineering, geotechnical services, aerial topography or analysis by others necessary to complete construction drawings. t1A 1. No construction survey, certifications, inspection's or administration, or construction site visits beyond the "estimated" fee Construction Administration amount will be additional • services. 2. Preparations of legal descriptions/exhibits, land subdivision, ALTA Survey, and/or additional boundary survey are additional work. Included is one day of field survey for critical utility and pavement "join" elevations, location of approximately 25 trees, and ties to aerial topographic map. Includes plotting of reasonable number of easements assuming City provides record documents. 3. The Architect shall handle all normal Building Department Coordination with the City of Newport Beach to secure a building, electrical and mechanical permit. All other coordination, except that needed for a building permit, such as public works, road department, school district review, etc. shall be coordinated by the client or shall be billed as extra services if provided by the Landscape Architect on an hourly basis as the rate shown above. 4. Assumes sewer connections are offite private system from existing sewer in adjacent street. Excludes any sump pumps, offsite sewer, sewer plan/profiles, or special studies. 5. Assumes offite water system is private and buildings can be served from adjacent lines in the street. MCE will loop water thru site, show domestic meter, landscape meter and fire connection on Water Plan. Excludes any capacity or pressure studies. 6. AutoCAD Site Plan, aerial topography in AutoCAD format design of retaining/site walls and pavement/concrete slab, pavement analysis, soils report, and handscape plan by others. •7. Excludes "pot holing" of utilities. 06-194 City of Newport Beach — Mariners Park Improvements (C -3806) 03!12107 0 0 8. Surface drainage utilizes the existing drainage system with minor onsite storm drain connections. Any additional off -site hydrology could be additional services. • 9. Excludes off site storm drain plans and rerouting. Excludes design of flood control channels, upsizing of existing facilities, special permits/processing. _ 10. Excludes any special manholes, drilled dry wells, pump systems, clarifier design and/or retention basins to retain initial storm runoff onsite. 11. Assume onsite drainage treatment by flow filters or standard manufactured unit (stomvseptor or equal) to meet City requirements. 12. Excludes Standard Urban Stormwater Mitigation Plan (SUSMP) and major reconstruction of the existing storm drain system. 13. Assume off site public street plans are not required Driveways and landscaping adjacent to street shown on Grading Plan. 14. All on -site drainage will be shown on Precise Grading Plan in plan view only Assume one detail of plan/profile for connection to adjacent storm drain. 15. Bid Alternates for future facilities requiring a separate detail or 10 -scale Detail Plans for complex facilities (such as tot lots) shall be an additional service. If future facilities are only graphically identified for location, no additional fee will be required. 16. We assume all work will be done in one phase. 17. Demolition Plan shall be a 20 -scale plot plan with general notes. 18. No ball field lighting or controls. • i 06-194 City of Newport Beach — Mariners Park Improvements (C -3806) 03/12/07 0 0 IV. EXHIBIT B: FEE SUMMARY • It is the ob' tive of our Design Team to provide the most comprehensive, yet efficient, approach to the dev lopment of the Mariners Park Redevelopment Project. This fee includes all costs to be incurred RJM Design Group, Inc. with the exception of selected supplemental services. Fees for the work are as follows: Phase 1 Familiarization and Concept Refinement $ 16,553.00 Phase 2 Design Development $ 22,640.00 Phase 3 Construction Documents $ 85,915.00 Phase 4 Bidding Hourly as Requested Phase 5 Construction Administration Hourly as Requested TOTAL $ 125,108.00 Optional Scoreboard/Clock/Cell Tower Phase 1 Familiarization and Concept Refinement $ 1,150.00 Phase 2 Design Development $ 2,300.00 Phase 3 Construction Documents $ 26.450.00 TOTAL $ 299900.00 •This Fee Summary is based upon our current understanding of the project scope and is based upon the preliminary plan dated January 30, 2007 and your project budget of $1..4 M. All work shall be billed on a monthly basis per our hourly fee rates. All printing, reproduction, and delivery charges will be invoiced directly by the vendors to the City. When possible, estimates will be given to the City prior to proceeding with printing, reproduction or deliveries. Should RJM incur these reimbursable expenses, RJM will invoice the City at direct cost plus 15% for handling. To avoid an Allowance for reimbursable printing, we suggest that the City open an account with a local blueprinting company, which would save the City dollars allotted to consultant administration and mark -up. • 06-194 City of Nesport Beach — Mariners Park Improvements (C -3806) 03%12/07 9 V. STANDARD HOURLY FEE SCHEDULE • The Client agrees to pay Consultant as compensation for all authorized work included in the Scope , of Services heretofore stated, at the hourly rates below: RJM Design Group Inc. PRINCIPAL LANDSCAPE ARCHITECT $ 165 per hour ASSOCIATE LANDSCAPE ARCHITECT $ 135 per hour PROJECT MANAGER / JOB CAPTAIN $ 115 per hour CADD TECEMCIAN/LANDSCAPE DESIGNER $ 95 per hour DRAFTSPERSON $ 75 per hour WORD PROCESSING $ 60 per hour James Mickartz Architect PRINCIPAL ARCHITECT $ 125 per hour ASSOCIATE ARCHITECT $ 105 per houi MCE Engineering PRINCIPAL $ 130 per hour PROJECT MANAGER $ 110 per hour PROJECT ENGINEER $ 100 per hour PROJECT SURVEYOR $ 100 per hour DESIGN ENGINEER $ 90 per hour . COMPUTER DRAFTSPERSON $ 70 per hour PROJECT ASSISTANT $ 50 per hour 3 -MAN SURVEY CREW $ 230 per hour 2 -MAN SURVEY CREW $ 190 per hour GLPEngineeringlna PRINCIPAL /VICE PRESIDENT $ 175 per hour ASSOCIATE $ 150 per hour PROJECT MANAGER $ 125 per hour DESIGN DRAFTER $ 95 per hour CAD PLATTING $ 5 per sheet Water Concern PRINCIPAL $ 125 per hour CADD TECHNICIAN $ 95 per hour Billings for all time and materials and contract extension work shall be in accordance with the level of work performed and will be broken into the categories listed above. 06-194 City of Newport Beach — Mariners Park Lnprovements (C -3806) 03/12/07 10 • Cit6of Newport Beach BUDGET AMENDMENT 2006 -07 E CT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: NO. BA- 07BA -059 AMOUNT:r $29,000.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance Ij No effect on Budgetary Fund Balance To increase budget appropriations for Mariners Park Improvements Cell Tower donation from participating cell phone companies. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit REW ESTIMATES (3601) Fund/Division Account Description 250 4944 Contributions - Mariners Park Cell Tower $29,000.00 EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7251 Contributions Account Number C5100817 Mariners Park Improvements $29,000.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Automatic System Entry. Signed: Q Finiancl Approval: Administrati Services Director Date iigned: (% 31gno Administrative Appr al: City Manager Dole City Council Approval: City Clerk Date