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