HomeMy WebLinkAboutC-2377 - Engineering Services Agreement, Balboa Yacht Basin Reconstruction4Dos,',"�'4 CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
�714� 640 -22$1
TO: FINANCE DIRECTOR
Public Works
FROM: CITY CLERK
DATE: May 21, 1985
SUBJECT: Contract No. C -2377
Description of Contract Amended Agreement for Professional
Engineering Services for Balboa Marina Basin
Effective date of Contract May 20 1985
Authorized by Minute Action, approved on May 13 1985
Contract with Rod 7undin and Associates
Address 9010 Reseda Blvd Suite 226
Northridge CA 91324
Amount of Contract (See Agreement)
W!/'�O'� c
Wanda E. Andersen
City Clerk
WEA:1r
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
9 0
BY Tr C!T' U'JNC L
CITY r.%F ")Rf REACH
MAY 13 i935
(3V)
May 13, 1985
CITY COUNCIL AGENDA
ITEM N0. F -3(c)
(2-2.371
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: BALBOA YACHT BASIN MARINA - AMENDED ENGINEERING SERVICES AGREEMENT
RECOMMENDATION:
Authorize the Mayor and City Clerk to execute an Amended Engineering
Services Agreement with Rod Lundin and Associates.
DISCUSSION:
On June 11, 1984, City Council authorized the Mayor and City Clerk
to execute an Amended Engineering Services Agreement with the firm of Rod Lundin=
and Associates to complete the plans and specifications for the Balboa Yacht
Basin Marina. Since that time, engineering services necessary to review re-
quests from potential product suppliers during the bidding process and consul-
tation, shop drawing review, product submittals review, and plant inspection
during the construction have exceeded those anticipated.
• The amended agreement provides for the expanded engineering services
required. Compensation will be based on standard hourly rates with a total
additional fee not to exceed $34,500. The expanded engineering services are
as follows:
A. Review of electrical metering devices.
B. Review of plant qualifications.
C. Plant inspection.
D. Shop drawing review.
E. Product submittals review.
F. Plan clarification.
G. Restroom building design modification.
The revised schedule for the project is as follows:
Completion of plans and specifications July, 1984
Award of construction contract September, 1984
Completion of work July, 1985
Funds for this work are available in the current budget.
Benjamin B. Nolan
Public Works Director
JW:kf
May 14, 1985
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: AMENDED AGREEMENT FOR PROFESSIONAL ENGINEERING
SERVICES FOR BALBOA MARINA BASIN WITH ROD LUNDIN
(C -2377)
Attached are two originals and one copy of the
subject agreement. Please have them executed
on behalf of the City, retain one original for
your files and return the others to this
department.
Vo/C.
hn Wolter � v
Project Engineer
JW:jd
Att.
# 0 0 -2377
AMENDED
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
FOR
BALBOA MARINA BASIN
THIS AMENDED AGREEMENT is made and entered into this day of
1985, by and between the CITY OF NEWPORT BEACH, a munici-
pal corpor tion, hereinafter referred to as "CITY ", and the firm of ROD LUNDIN
AND ASSOCIATES, hereinafter referred to as "ENGINEER."
WITNESSETH:
WHEREAS, CITY and ENGINEER have entered into an Agreement (amended
June 13, 1984) to provide professional engineering services for the preparation
of plans and specifications for the construction and implementation of the
Balboa Yacht Basin Marina; and
WHEREAS, the engineering services necessary to complete the Marina
have increased; and
WHEREAS, the CITY desires additional engineering services necessary to
complete construction and implementation of the Balboa Yacht Basin Marina; and
WHEREAS, CITY desires to increase the maximum allowable fee;
NOW, THEREFORE, in consideration of the foregoing, the parties hereto
agree that the terms and conditions of the Agreement between CITY and ENGINEER
dated February 14, 1983 and amended June 13, 1984 are to remain in effect with
the following amendments:
I. SECTION II, Services to be Performed by Engineer, Expanded
Services:
A. Part IV A, Prepare Final Plans and Specifications
1. Review of electrical service needed for Marina.
2. Review of available electrical metering proposed during
bidding.
1 o 2
0, 0 0
B. Part IV B, Provide Consultation and Services During
Construction
1. Shop drawing review.
2. Project materials submittal review.
3. Plan clarification.
4. Restroom design modification.
5. Plant inspection.
II. SECTION VII, Fee Schedule and Payment, revise as follows:
Increase the maximum allowable fee by an amount not to exceed
Thirty -Four Thousand Five Hundred dollars ($34,500).
III. SECTION IX, Project Scope Revisions, revise as follows:
Increase the amount the maximum fee may be increased with written
approval of the Public Works Director by Three Thousand Five
Hundred Dollars ($3,500).
Except as herein amended, all other terms and conditions of the
Engineering Services Agreement dated February 14, 1983 and amended June 13,
1984, shall remain unchanged and in full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this amended
Agreement on the date first above written.
APPROVE AS TO FORM:
By;�.. t
Assistant City ttorney
ATTEST:
B y
City Clerk
2 of 2
CITY OF NEWPORT BEACH
]i
By I�
M yor pro TA
CITY
ROD LUNDA A ASSO TES
ENGINEER
CITY OF NEWPORT BEACH
P.U. BOX 1768, NEWPORT BEACH. CA 93663 -3884
OFFICE OF THE CITY CLERK
(714) 640 -2251
TO: FINANCE DIRECTOR
PUBLIC WORKS
FROM: CITY CLERK
DATE: June 14, 1984
SUBJECT: Contract No. C -2377 (Amended)
Description of Contract Amended Agreement for Professional
Engineering Services for Balboa Marina Basin
Effective date of Contract June 13, 1984
Authorized by Minute Action, approved on June 11, 1984
Contract with Rod Lundin and Associates
Address 9010 Reseda Blvd.
Northridge, CA 91324
Amount of Contract See Attached Agreement
Wanda E. Andersen
City Clerk
WEA:lr
attach.
1 3300 Newport Boulevard, Newport Beach
t'
AMENDED
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
FOR
BALBOA MARINA BASIN
THIS AMENDED AGREEMENT is made and entered into this L:-/ .day of
��,t JC.� 1984, by and between the CITY OF NEWPORT BEACH, a
mun6 pal corporation, hereinafter referred to as "CITY ", and the firm of
ROD LUNDIN AND ASSOCIATES, hereinafter referred to as "ENGINEER."
W I T N E S S E T H
WHEREAS, CITY and ENGINEER, on February 14, 1983, entered into an
Agreement for professional engineering services for the preparation of plans
and specifications for the construction and implementation of the Balboa
Yacht Basin Marina; and
WHEREAS, the amount of work originally planned for the Marina has
increased; and
WHEREAS, the CITY desires additional engineering services necessary
to complete the plans and specifications for construction and implementation of
the Balboa Yacht Basin Marina; and
WHEREAS, the ENGINEER has submitted letters to the City (dated
March 21, 1984 and May 15, 1984) detailing the additional engineering services
necessary to complete the preparation of plans and specifications and requesting
and increase in the maximum allowable fee; and
agree:
WHEREAS, CITY desires to increase the maximum allowable fee;
NOW, THEREFORE, in consideration of the foregoing, the parties hereto
That the terms and conditions of the Agreement between CITY and
ENGINEER dated February 14, 1983 are to remain in effect with the following
amendments.
1. Section II Services to be performed by ENGINEER, add:
Part V Additional Services
A. Demolition of existing apartment building
B. Demolition of garage structure
C. Demolition of yacht broker building
D. New restroom building with second floor office space
E. Coordination of proposed boat yard improvements
necessary to include certain yard improvements in the
CITY's plans and specifications.
1 of 2
0 0
F. Soil investigation for proposed boatyard improvements.
G. Offsite water main improvements in Beacon Bay.
2. Section IV Time of Completion, revise as follows:
Final design, including all plans and other documents for the
project shall be submitted to the Public Works Director to the
CITY for final review by August 6, 1984.
3. Section VII Fee Schedule and Payment, revise as follows:
Increase the maximum allowable fee by an amount not to
exceed THIRTY THOUSAND DOLLARS ($30,000.00).
4. Section IX Project Scope Revisions, revise as follows:
Increase the amount the maximum fee may be increased with
written approval of the Public Works Director by
THREE THOUSAND DOLLARS ($3,000.00).
Except as herein amended, all other terms and conditions of the
Engineering Services Agreement dated February 14, 1983 shall remain unchanged
and in full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this amended
Agreement on the date first above written.
ATTEST:
BY
City Clerk
M
VED AS TO
CITY NEWPORT BEACH
B
Mayor CITY
ROD LUNDIN AND`ASSO I TES
By
P sident
ENGINEER
2of2
0
BY THE CITY COUNCIL
CITY Of NEWPORT BEACH
JUN 111984
TO: CITY COUNCIL
FROM: Public Works Department
� ?) )
June 11, 1984
CITY COUNCIL AGENDA
ITEM NO. r
SUBJECT: BALBOA YACHT BASIN MARINA -- AMENDED ENGINEERING SERVICES AGREEMENT
RECOMMENDATION:
Authorize the Mayor and the City Clerk to execute an Amended
Engineering Services Agreement with Rod Lundin and Associates.
DISCUSSION:
On February 14, 1983, City Council authorized the Mayor and the City
Clerk to execute an agreement with the firm of Rod Lundin and Associates to
provide engineering services necessary to reconstruct the Balboa Yacht Basin
Marina. Since that time the scope of the rehabilitation project has been in-
creased, and on August 8, 1983, City Council adopted a resolution authorizing
the filing of a supplementary loan application to the Department of Boating
and Waterways in the amount of $800,000. The original loan contract was for
$2,500,000.
The amended agreement provides for the additional engineering services
required. Compensation will be based on standard hourly rates with a total
additional fee not to exceed $30,000. The additional engineering services are
as follows:
A. Expanded Items of Work
1. Utility research and field study to develop as -built
plans of the expanded boat yard area.
2. Review of water line materials related to fire protection .
on the slips.
3. Review of available electrical metering devices on the
slips.
4. Review of existing marinas and types of slip construction.
B. Additional Items of Work
1. Demolition of existing apartment building.
2. Demolition of garage structure.
3. Demolition of yacht broker building
4. New restroom building with second floor office space.
0 •
June 11, 1984
Subject: Balboa Yacht Basin Marina -- Amended Engineering Services Agreement
Page 2
5. Coordination of proposed boat yard improvements necessary
to include certain boat yard improvements in the City's
plans and specifications.
6. Soil investigation for proposed boat yard improvements.
7. Offsite water main improvements in Beacon Bay.
The revised schedule for the project is as follows:
Completion of plans and specifications July 1984
Award of construction contract September 1984
Completion of work May 1985
Benjamin B. Nolan
Public Works Director
JW:jd
0
lJ
CITY OF NEWPORT BEACH
P.U. BOX 1768, NEWP0RT BEACH. CA 92663 -3884
OFFICE OF THE CITY CLERK
(714) 640 -2251
TO: FINANCE DIRECTOR
PUBLIC WORKS
FROM: CITY CLERK
DATE: February 15, 1983
SUBJECT: Contract No. C -2377
Description of Contract Engineering Services Agreement for the
Balboa Yacht Basin Reconstruction
Effective date of Contract February 1.4, 1983
Authorized by Minute Action, approved on February 14, 1983
Contract with
Rod Lundin and Associates
Address 9010 Reseda Boulevard
Suite 226
Northridge, CA 91324
Amount of Contract Not greater than $197,777 (See Agreement)
Wanda E. Andersen
City Clerk
WEA:lr
attach.
3300 Newport Boulevard, Newport Beach
• ORIGINAL •
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
FOR
BALBOA MARINA BASIN
THIS AGREEMENT is made and entered into this i:i 6, day of
9 �Xr�cti-�- 1983, by and between the CITY OF NEWPORT BEACH, a municipal
corporation, hereinafter referred to as "CITY ", and the firm of ROD LUNDIN AND
ASSOCIATES, hereinafter referred to as "ENGINEER."
W I T N E S S E T H
WHEREAS, CITY owns and operates the Balboa Marina Basin, located in
the lower Newport Bay directly north of Balboa Island; and
WHEREAS, the basin and berthing facilities are in poor condition and in
need of reconstruction; and
WHEREAS, CITY has entered into a Loan and Operation Contract with the
State of California Department of Boating and Waterways for funds to demolish the
existing berthing system, dredge the basin area, reconstruct new restroom facili-
ties, reconstruct new bulkhead walls, and construct 160 new berths with the
appropriate piles, gangways, utilities, and a sewage pumpout station; said im-
provements are hereinafter referred to as "PROJECT "; and
WHEREAS, CITY desires to prepare plans and specifications for the con-
struction and implementation of the PROJECT; and
WHEREAS, ENGINEER has submitted a proposal to CITY (dated January 25,
1983) to perform engineering services necessary for the preparation of plans and
specifications for the 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 terms here-
inafter set forth.
II. Services to be Performed by ENGINE
Part I:
Evaluate alternate bulkhead designs and prepare concept esti-
mates for the alternatives.
1 of 7
0
0
Part II:
A. Research and review existing available data and information.
B. Provide survey including: establish control for design and
construction purposes; conduct detailed topographic survey
including culture showing all surface improvements; and con-
duct hydrographic survey of entire basin utilizing the exist-
ing docks for access purposes. Show location of pertinent
boundary corners.
C. Obtain borings and conduct soil analyses necessary to design
pavement sections, footings for restrooms, and bulkheads.
Work will include eleven landside borings, six to depths
ranging 25 to 40 feet, and five to depths approximately
eight feet.
D. Investigate general nature and quantity of debris in basin
as necessary for preparation of dredging specifications.
Conduct approximately 10 jet probes to determine depth to
shale surface.
E. Utilizing topographic survey information, develop as -built
plan of existing underground utilities, and all other per-
tinent improvements.
D --+ TT T.
A. Utilizing results of Part I concept study, soils investiga-
tions, topographic survey, and all other available data, re-
fine alternate bulkhead designs anticipating a bottom eleva-
tion of -8 MLLW for the basin.
B. Briefly review alternate slip layouts utilizing the State of
California Boating and Waterways Design Guidelines and results
of Parts I and III A. Establish final slip layout.
C. Accumulate data regarding commercially available pier and
float systems, with emphasis on long -term durability and ease
of maintenance. Accompany City Staff on visits to various
existing facilities and assist City Staff in determining
type of system to be utilized on the PROJECT.
D. Contact and coordinate with all affected utility companies/
agencies. These shall include water, sewer, storm drainage,
power, telephone and cable TV.
2of7
E. Meet with CITY's Fire Department to ascertain fire
protection requirements. Investigate the desirability
of a fire extinguisher system versus a hydrant hose
system on the docks.
F. Establish design criteria for utilities on slips that
include: water, power, optional telephone jacks, optional
cable TV jacks, individual fiberglass locker boxes, light-
ing, and one vessel waste pumpout system.
G. Review and discuss total parking count and traffic criteria
developed by CITY.
H. Assist CITY as requested in their coordination with rep-
resentatives of the California Department of Boating and
Waterways.
I. Prepare Concept Plan of land and water area within the
project boundary including all surface improvements, both
existing -to- remain and proposed; underground utilities,
including existing -to- remain and proposed; lease boundaries,
if appropriate; and all other features necessary in order to
clarify content of the final plans, specifications, and
contract documents.
J. Submit material including a discussion of marina layout,
dredging approach, bulkhead design, hand rail and gangway
gates, pier and float systems, and methods of construction.
Phasing of the work should be discussed as it relates to
cost in minimizing the displacement of vessels during con-
struction, as well as inconvenience to existing landside
lessees. Report to include concept cost estimate, including
cost for alternates where appropriate, i.e., bulkhead design
and pahsing of waterside construction.
3 o 7
0
0
Part IV
A. Prepare Final Plans and Specifications
1. Plans will be prepared in pencil on CITY - furnished
stock. Duplicate mylars will be prepared from the
original drawings.
2. The specifications will be prepared utilizing the CITY
format which is based on the "Standard Specification for
Public Works Construction ", 1982 edition, and the
"Standard Special Provisions and Standard Drawings for
Public Works Construction ", of the City of Newport Beach,
1982 edition.
3. The waterside improvements from the bulkhead out will be
identified by plan layout and performance specification.
Detail design of these facilities will be by the provider
of the facilities. An exception to this approach will be
the guide piles which will be fully designed, detailed
and specified.
B. Preparation of Project Bid Proposal
C. Preparation of Final Engineer's Cost Estimate
D. Provide consultation during construction including shop draw-
ing review. CITY will provide for testing and inspection of
PROJECT.
III. Duties of CITY
A. Provide mylar plan and profile and standard sheets for prep-
aration of the plans.
B. Reproduce the necessary copies of the contract documents and
specifications.
C. Provide contract administration and inspection for the construc-
tion.
D. Provide direction for the new rest room facilities.
E. Provide coordination with the existing lessees.
IV. Time of Completion
Final design, including all plans and other documents for the
PROJECT shall be submitted to the Public Works Director of CITY
for final review by September 2, 1983.
4 of 7
' 0 0
V. Ownership of PROJECT Documents
Original drawings, reports, notes, maps, and other documents
shall become the property of CITY and may be reproduced and uti-
lized as deemed necessary by the Public Works Director. Any use
of the aforesaid completed documents for other projects without
specific, written approval by ENGINEER will be at CITY's sole risk
and CITY shall indemnify and hold harmless ENGINEER from all claims,,
damages, losses and expenses, including attorney's fees arising
out of or resulting therefrom.
VI. Right 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
9010 Reseda Boulevard, Suite 226, Northridge, California 91324.
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 for any other reason, CITY agrees to compensate ENGINEER
for the actual services performe7 up to the effective date of the
Notice of Termination, on the basis of the fee schedule contained
herein.
VII. Fee Schedule and Payment
In consideration of the performance of the above - described engineer-
ing 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 ONE HUNDRED NINETY -SEVEN THOUSAND
SEVEN HUNDRED SEVENTY -SEVEN DOLLARS ($197,777) except as otherwise
provided herein.
A. Hourly rates for office and field personnel shall be as follows:
5 o 7
Classification Rate
Principal
$75.00 /hr.
Project Manager
$61.50 /hr.
Engineer
$55.00 /hr.
Architect
$55.00 /hr
Planner
$55.00 /hr.
Designer (Senior Draftsman)
$40.00 /hr.
Draftsman
$30.00 /hr.
Resident Engineer
$45.00 /hr.
Construction Inspector
$33.00 /hr.
Clerical Typist
$20.00 /hr.
Non - Technical Assistant
$15.00 /hr.
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.
2. In addition, CITY agrees to reimburse ENGINEER for the
out -of- pocket expenses such as travel, subsistence, print-
ing, surveyors, soils engineers, consultants, telephone
calls, and other related costs authorized in advance by the
Public Works Director.
VIII. Additional Work
Should ENGINEER complete any additional work not outlined in this
Agreement, but authorized by CITY, the extra work shall be per-
formed on an hourly basis in accordance with the hourly rate stan-
dard fee schedule set forth in Section VII (Fee Schedule and Payment)
above.
IX. PROJECT Scooe Revisions
The scope of the PROJECT may be changed and the maximum fee re-
vised upon prior written approval of the Public Works Director
if the increase in the maximum fee does not exceed TWENTY THOUSAND
DOLLARS ($20,000). If the increase in the maximum fee should ex-
ceed $20,000, an amendment providing for such revisions shall be
processed and executed by the parties hereto.
X. Contractor's Indemnification
CITY will require that any contractor performing work in connection
with the construction contract documents produced under this Agree-
ment to hold harmless, indemnify and defend the State, CITY,
ENGINEER, their consultants, and each of their officers, agents
6of7
I
and employees from any and all liability, claims, losses or damage
arising out of or alleged to arise from the contractor's negligence
in the performance of the work described in the construction con-
tract documents, but not including liability that may be due to
the sole negligence of the State, CITY, ENGINEER, their consultants
or their officers, agents and employees. CITY will require the
contractor to provide comprehensive general liability insurance
with the latter coverage sufficient to insure the contractor's
indemnity, as above required; and such insurance will include the
State, CITY, ENGINEER, their consultants, and each of their of-
ficers, agents and employees as additional insureds.
XI. Insurance
A. Professional Liability Insurance
ENGINEER shall provide Professional Liability (errors and
omissions) Insurance in the minimum amount of $250;000:.
B. General Liability Insurance
ENGINEER shall maintain in full force and effect during the
term of this Agreement the following insurance in the mini-
mum amounts specified below:
Bodily Injury or Death ....... $ 300,000 each person
$1,000,000 each occurrence
Property and Product Damage..$ 500,000 each occurrence
$1,000,000 aggregate
The policy or policies shall contain the following endorse
ment:
"The City of Newport Beach and the State of California,
their officers, employees and agents are hereby declared
to be additional insureds under the terms of this policy,
as to activities of both the City and the State in re-
spect to PROJECT, and this policy shall not be cancelled
without THIRTY (30) days' prior written notice to the
City and the State."
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the date first above written.
ATTEST:
By,.0
City Clerk D.F.
APPROVED AS TO FORM:
CITY OF NEWPORT BEACH
By
yor
ROD LUNDIN AND ASSOCIAT�S
C� r'
By
7 of 7
reside
ENGINEER
. • February 14, 1983
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ENGINEERING SERVICES AGREEMENT FOR THE BALBOA YACHT
BASIN RECONSTRUCTION
RECOMMENDATION:
CITY COUNCIL AGENDA
ITEM NO. F 5Cj:2"�
APPROVED
ri =814 1983
�y the CITY COUNCIL
:,;"y OF P:cWPORT RGACH
Authorize the Mayor and City Clerk to execute the subject Engineering
Services Agreement with Rod Lundin and Associates.
DISCUSSION:
4
On November 22, 198$, City Council approved a State of California
Department of Boating and Waterways Loan Agreement in the amount of $2,500,000
for the Balboa Yacht Basin reconstruction; and directed the staff to initiate
procedures for selection of an engineering firm for the design and preparation
of plans and specifications for the project.
Three marine engineering firms, Rod Lundin and Associates, Moffatt and
Nichol Engineers, and Cash and Associates Engineers submitted statements of
qualifications for the project. A staff committee consisting of the Marine Di-
rector, the Public Works Director, and the Public Works Project Manager review-
ed the written submittals and conducted interviews with the three firms. Follow-
ing the interviews, a proposal was requested and received from Rod Lundin and
Associates to provide the engineering services necessary for the design and
preparations of plans and specifications for the project. Compensation will be
based on standard hourly rates, with a total fee not to exceed $197,777. A
breakdown of the fee by principle items of work is as follows:
Geotechnical Services
Surveying
Preliminary Engineering and evaluation
of alternative designs
Design Engineering (Prep. plans & Specs)
Engineering Consultation (construction)
Reproduction, travel & telephone costs
19,589
28,348
41,132
83,668
17,790
7,250
Total Fee $197,777
Terms of the agreement provide for the following engineering services:
1. Surveying
2. Geotechnical investigations
3. Research and develop "as- built" plan of existing facilities
4. Investigate alternate bulkhead designs
5. Review alternate slip layouts
6. Prepare final layout plan of land and water area including
surface improvements; underground utilities; lease boundaries;
and all other features necessary to clarify content of final plans.
0 0
Page 2
February 15, 1983
Subj: Balboa Yacht Basin
7. Design rest room facilities
8. Design bulkhead walls
9. Design - related upland facilities including parking lot
paving, drainage, curbs, sidewalks, railings, etc.
10. Preparation of construction plans
11. Preparation of contract documents and specifications
12. Review of construction bids and recommendations for award
of contract
13. Construction services including shop drawing review, inter-
pretations of contract documents, and plan revisions to
accommodate unforeseen conditions
The proposed schedule for the project is as follows:
Completion of plans and specifications
Award of Construction contract
Completion of work
Benjamin B. Nolan
Public Works Director
JSW:rb
September 1983
November 1983
June 1983