Loading...
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