Loading...
HomeMy WebLinkAboutC-2361 - Professional Engineering Services, Jamboree Road Widening & Sound WallCITY OF NEWPORT BEACH P.U. BOX 1768, NEIVPORT BEACH, CA 926633884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK �U1 -1�foZ DATE: October 1, 1982 SUBJECT: Contract No. C -2361 (In cony =ion w( C -2357) Description of Contract Agreement for Professional Services for Jamboree Road widening and sound wall Effective date of Contract September 29, 1982 Authorized by Minute Action, approved on September 27, 1982 Contract with Robert Bein, William Frost and Associates Address 1401 Quail Street Newport Beach, CA 92663 Amount of Contract Not greater than $83,000.00 kaw4& e dwwk , Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach 0 0 C- -:123 September 28, 1982 TO: CITY CLERK :.. FROM: Public Works Department SUBJECT: AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR JAMBOREE ROAD WIDENING AND SOUND WALL (C -2357) Attached are the original and two copies of the subject agreement. Please have the agreements executed on behalf of the City and return the two copies to this department. hn Wolter Cooperative Projects Engineer JW:jd Att. 1 1 0 ORIGINAL 0 AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR JAMBOREE ROAD WIDENING AND SOUND WALL WESTERLY SIDE FORD ROAD TO EASTBLUFF DRIVE NORTH THIS AGREEMENT is made and entered into this � day of September, 1982, by and between the CITY OF NEWPORT BEACH, a municipal corpora- tion, hereinafter referred to as "CITY," and the firm of ROBERT BEIN, WILLIAM FROST AND ASSOCIATES, hereinafter referred to as "ENGINEER." W I T N E S S E T H WHEREAS, CITY's Circulation Element- Master Plan of Streets and Highways has designated Jamboree Road as a major, road; and WHEREAS, the City desires to construct sound wall improvements and ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North, as shown on Exhibit "A" attached hereto and by this reference made a part hereof, under a project to be cooperatively financed with County of Orange Arterial Highway Financing Program (AHFP), hereinafter referred to as "PROJECT "; and WHEREAS, ENGINEER has submitted a proposal to CITY (dated September 7, 1982) to perform engineering services in connection with the design of PROJECT; and WHEREAS, CITY desires to accept said proposal; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. General A. CITY engages ENGINEER to perform the services hereinafter described for the compensation herein stated. B. ENGINEER agrees to perform said services upon the term hereinafter set forth. II. Services to be Performed by ENGINEER ENGINEER hereby agrees to perform the following services: A. Gather and review existing record maps, improvements plans, and other documentation affecting the project. 1 of 6 0 0 B. Perform topographic surveying, cross - sectioning and mapping of the westerly half of the street right -of -way and the slope areas extending to and including the boundary walls. Work to include: 1. Obtaining accurate locations of flow lines, edge of pavement, utility structures, trees, shrubbery, irriga- tion lines, boundary walls, etc. 2. Preparation of a horizontal control plot showing street centerlines, right -of -way lines, tract boundaries, lot lines and easements of record to be used as base sheet for field survey notes and topographic map. 3. Preparation of a topographic map by plotting the field survey notes at a scale of 1" = 40'. The topographic map will be reproduced onto the CITY's standard plan and profile sheets to be used as the improvement plan base sheets. C. Complete an investigation of underground utilities affecting PROJECT. D. Perform storm drainage study (hydrology mapping and calcu- lations and hydraulic calculations) and prepare final design for storm drain improvements to be constructed as part of this PROJECT. E. Prepare final street, storm drain, street lighting, traffic signal modification, signing and striping, landscaping and irrigation modification and sound wall plans on standard CITY improvement plan sheets having a plan view scale of 1" = 40'. F. Prepare a final Engineer's estimate based on the quantities used in the bid proposal. G. Prepare the necessary special provisions and bid proposals, using the CITY's Standard Plans and Special Provisions as well as the "Standard Specifications for Public Works Construction," 1982 Edition, on Xerox masters suitable for use by the CITY in calling for competitive bids. 2of6 L H. Provide professional consultation for interpretation of plans and specifications and advice during construction of the PROJECT. III. Duties of CITY CITY hereby agrees to supply ENGINEER with the following informa- tion and materials: A. Title, plan, and plan and profile sheets as needed for the PROJECT. B. Materials investigations, required pavement sections, and soils information necessary to design retaining walls. C. General geometric requirements for the street improvements. D. Available records pertaining to existing street improve- ments and CITY -owned utilities. E. Limits of locations where existing walls are to be modified for sound attenuation, amount of wall height increase, and criteria for materials and architectural style. IV. Time of Completion Final design, including all plans and other documents for the PROJECT shall be submitted to the Public Works Director of the CITY for final review by April 1, 1983. V. Ownership of PROJECT Documents Original drawings, reports, notes, maps, and other documents shall become the property of the CITY and may be reproduced and utilized as deemed necessary by the Public Works Director. VI. Riqht of Termination CITY reserves the right to terminate this agreement at any time by giving ENGINEER seven (7) days' prior written notice; notice shall be deemed served upon deposit in the United States Mail, postage prepaid, addressed to the ENGINEER's business office at 1401 Quail Street, Newport Beach, CA 92663. In the event of termination due to errors, omissions, or negligence of ENGINEER, CITY shall be relieved of any obligation to compensate ENGINEER for that portion of the work affected by such errors, omissions, or negligence of the ENGINEER. If this agreement is terminated 3of6 0 0 for any other reason, CITY agrees to compensate ENGINEER for the actual services performed up to the effective date of the notice of termination, on the basis of the fee schedule con- tained herein. VII. Fee Schedule and Payment In consideration of the performance of the above - described engineering services, CITY hereby agrees to pay ENGINEER an amount based upon the hourly rate schedule set forth below. In no event shall said amount be greater than Eighty -three Thousand Dollars ($83,000) except as otherwise provided herein. A. Hourly rates for office and field personnel shall be as follows: Rate Principal $ 75.00 Project Manager /Engineer 60.00 Structural Engineer 55.00 Registered Engineer 50.00 Design Engineer 40.00 Designer /Planner 35.00 Senior Draftsman 35.00 Draftsman 30.00 Graphic Artist 25.00 Environmental Analyst 28.00 3 -Man Survey Crew 135.00 2 -Man Survey Crew 110.00 Field Supervisor 50.00 Clerical 15.00 Technician 20.00 Resident Engineer 50.00 Consultation in connection with litigation and appearance before courts and /or commissions 125.00 The rate for overtime authorized by the CITY will be one and a half (Tz) times the hourly rates listed. These hourly rates will be subject to an increase August 1, 1983. B. The contract amount shall be paid to ENGINEER as follows: 1. Monthly partial payments shall be based on the amount earned each month, as determined by the fee schedule. The sum of the monthly partial payments shall not ex- ceed ninety -five percent (95 %) of the maximum fee; 2. Balance of the total amount earned to be paid upon completion of work specified in Section II (Services to be Performed by ENGINEER), or by July 1, 1984, which- ever occurs first; 3. In addition, CITY agrees to reimburse ENGINEER for the actual cost of reproduction of copies of said plans and related documents, as well as cost of aerial photo- graphy, materials' cost related to survey work, and other related costs authorized in advance by the Public Works Director and advanced by ENGINEER. VIII. Additional Work Should ENGINEER complete any additional work not outlined in this agreement, but authorized by CITY, the extra work shall be performed on an hourly basis in accordance with the hourly rate standard fee schedule set forth in Section VII (Fee Schedule and Payment) above. IX. PROJECT Scope Revisions The scope of the PROJECT may be changed and the maximum fee revised upon prior written approval of the Public Works Director if the increase in the maximum fee does not exceed Eight Thousand Three Hundred Dollars ($8,300). If the re- visions to the scope of the PROJECT would result in an increase in the maximum fee exceeding Eight Thousand Three Hundred Dollars ($8,300), an amendment providing for such revisions shall be processed and executed by the parties hereto. X. Hold Harmless ENGINEER shall indemnify and save harmless CITY and its officers and employees from any damage or liability arising from any errors, omissions, or negligence in the ENGINEER's performance of the engineering work and services required by this agreement except for that portion of the work prepared and provided by the CITY and defined in Section III D. 5of6 0 IN WITNESS WHEREOF, the parties hereto have executed this agreement on the date first above written. CITY OF NEWPORT BEACH ay ATTEST: CITY C City Clerk APPROVED AS TO FORM: BY , City Attorney 6of6 of2 vE ?4y r,>>ro •�9' may, t.!.r e V: r. a B riq o so[ Il X 2EL Q1� a,\ �iA EPo r +w w ir O M a 7 op -`.`.: Qn•`� ter, la! TT- �m 3 /ice Z \Vr,, W i a Q ..4 r N o S Q~ W w W 2 ar l ®G W w L F- m4. W O 0 N J m ' Q. 3Y J Q cn WD Z3 O W W N m o a,. iL U W ~ o /ice Z \Vr,, W i a C Q NrV/ h \Q [ \j 2 E Q ..4 r N o C Q NrV/ h \Q [ \j 2 E r N o Z Q~ W w W 2 ar ®G W LL o W U- m4. W O 0 N J m ' Q. 3Y J Q cn WD Z3 O W W N o iL U W ~ o 0m w3° a oW a O Ir ;1 m 44 7 a: 0 N LL b C Q NrV/ h \Q [ \j 2 E 0 TO: CITY COUNCIL SEP 2 7 1982 By the CITY COUNCIL CITY OR NOWMORT ors FROM: Public Works Department September 27, 1982 CITY COUNCIL AGENDA ITEM NO. /'—'— -3(—q' SUBJECT: ENGINEERING SERVICES AGREEMENT FOR JAMBOREE ROAD WIDENING AND SOUND WALL, WESTERLY SIDE, FORD ROAD TO EASTBLUFF DRIVE NORTH (C -2357) RECOMMENDATION: Authorize the Mayor and the City Clerk to execute an agreement for engineering services with Robert Bein, William Frost and Associates for design of the subject project. DISCUSSION: The current budget includes a project for street widening and noise wall construction on Jamboree Road adjacent to the Eastbluff area. On January 11, 1982, the City Council accepted the environmental impact report- negative declaration for the project with the following mitiga- tion measure, "The City of Newport Beach will offer to provide a noise barrier which will mitigate noise levels at primary outdoor living spaces to 65 db CNEL or lower." Since that time, City staff has continued to work with the adjacent property owners and the environmental consulting firm of Phillips Brandt Reddick, Inc. to finalize the Jamboree Road noise barrier study. The final study and noise barrier preference questionnaires were presented to the property owners in May, 1982. Planning Department staff has received 43 completed barrier design preference questionnaires to date, with nine property owners not yet responding. Additional surveys will be performed as part of the engineering consultants' work in order to complete final noise wall designs. A proposal has been requested and received from the firm of Robert Bein, William Frost and Associates to provide engineering services necessary for the design and preparation of plans and specifications to construct the street improvements and the noise wall. Compensation will be based on stan- dard hourly rates, with the maximum fee not to exceed $83,000 ($61,000 roadway improvement and $22,200 sound wall improvement). Standard hourly rate sched- ule is attached for reference. The total estimated project cost is $1,000,000. This includes the street improvements, noise wall construction, and all engineering costs. Funds are provided from City gas tax, the circulation and transportation ac- acount, Orange County AHFP, and the Jamboree noise wall account. September 27, 1982 Subject: Engineering Services Agreement for Jamboree Road Widening and Sound Wall, Westerly Side, Ford Road to Eastbluff Drive North (C -2357) Page 2 It is anticipated that a project can be advertised for bids in April or May, 1983, with construction completed by September, 1983. Sound wall im- provements and roadway improvements are planned to be constructed under one construction contract. Right of entry agreements from the adjacent property owners will be required prior to the start of work. Attached is a sketch showing the project limits and typical roadway section. • � Cam' 1 Benjamin B. Nolan Public Works Director JSW:jd Att. �I I FEE SCHEDULE The rate for overtime authorized by the CITY will be one and a half (12) times the hourly rates listed. These hourly rates will be subject to an increase August 1, 1983. Rate Principal $ 75.00 Project Manager /Engineer 60.00 Structural Engineer 55.00 Registered Engineer 50.00 Design Engineer 40.00 Designer /Planner 35.00 Senior Draftsman 35.00 Draftsman 30.00 Graphic Artist 25.00 Environmental Analyst 28.00 3 -Man Survey Crew 135.00 2 -Man Survey Crew 110.00 Field Supervisor 50.00 Clerical 15.00 Technician 20.00 Resident Engineer 50.00 Consultation in connection with litigation and appearance before courts and /or commissions 125.00 The rate for overtime authorized by the CITY will be one and a half (12) times the hourly rates listed. These hourly rates will be subject to an increase August 1, 1983. i B /X /A � C 4 7 \v /sra c � OOM /NGO O .4 �� ALL•. Ic i t > FORD gpAD W 3 Z ~ W N v h 0 V ~ Q O W 6 X W 3 2 _ r o W <F- z wz M 1� mwW o > ¢ 0WLL OO U) -J m Q O/d r J Q Y Wo it W OW Z3 �yo LLU W r W 3 07 m W F- a O ¢ U a �I o t > FORD gpAD W 3 Z ~ W N v h 0 V ~ Q O