Loading...
HomeMy WebLinkAbout07 - 04BA-062 - Dover Drive Sidewalk DesignTO: FROM SUBJECT CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 7 May 25, 2004 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Public Works Department Robert Stein 949 - 644 -3311 rstein@city.newport-beach.ca.us DOVER DRIVE SIDEWALK DESIGN — APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH VAN DELL AND ASSOCIATES RECOMMENDATIONS Approve a budget amendment in the amount of $19,838 from the Transportation and Circulation fund balance, 260 -3605, to Transportation and Circulation, Dover Drive Sidewalk Design, 7261- C5100712. 2. Approve a Professional Services Agreement with Van Dell and Associates, Inc. (Van Dell), of Irvine, California, for the design of the Dover Drive sidewalk at a contract price of $69,838 and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION Five engineering consulting firms were invited to submit proposals to provide a comprehensive design for the construction of sidewalk along the easterly side of Dover Drive from Cliff Drive to 1V Street. The following four firms responded to the City's request for proposals: • Berryman & Henigar • BV Engineering • Dewan, Lundin & Associates • Van Dell and Associates, Inc. The proposals were independently reviewed to evaluate each firm's project understanding, project team's experience and qualifications, and past experience on similar projects, before ranking Van Dell the highest. Van Dell has completed design services competently and professionally on similar projects for other local agencies in Southern California. SUBJECT: Dover Drive Sidewalk — Approval of Professional Services Agreement with Van Dell and Associates May 25, 2004 Page 2 Upon selection, staff negotiated with Van Dell to provide the necessary scope of services for a fee of $69,838. The scope of Van Dell's professional services will include: Considering design options for the sidewalk. One option is to consider construction of the sidewalk behind the existing curb. An alternative is to consider relocating the curb line into the street to minimize cutting into the steep slope that terminates at the back of the existing curb. The consultant will provide recommendations on the preferred alternative based on traffic safety and cost. 2. Providing geotechnical recommendations for slope grading and the proposed retaining wall. 3. Preparing detailed plan and profile drawings and cross sections, signing and striping plans, special provisions, bid proposal, and construction quantity and cost estimates. 4. Contacting the regulatory agencies (State Fish and Game, Corps of Engineers, Coastal Commission and the RWQCB) and determine project and permitting requirements. Preparing all permit applications and CEQA documents. Preparing a biological report for the CDP application. Funding Availability: Upon approval of the recommended Budget Amendment, sufficient funds will be available in the following account: Account Description Account Number Amount Transportation and Circulation Fund 7261- C5100712 $69,838 Environmental Review: The contract includes the preparation of environmental documents. Prepared by: Submitted by: Robert Steill, P E. Stepto n G. Badum Principal Civil Engineer PuViic Works Director Attachment: Professional Services Agreement Budget Amendment PROFESSIONAL SERVICES AGREEMENT WITH VAN DELL AND ASSOCIATES, INC. FOR DESIGN SERVICES FOR DOVER DRIVE SIDEWALK THIS AGREEMENT is made and entered into as of this day of 2004, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and Van Dell and Associates, Inc. whose address is 17801 Cartwright Road, Irvine], California, 92614 ( "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 install sidewalk on the easterly side of Dover Drive from Cliff Drive to 16th Street, adjacent to Castaways Park. C. City desires to engage Consultant to provide professional design engineering, geotechnical and environmental /biological services to prepare an alternatives analysis; biological assessment; CEQA documentation (Negative Declaration); construction documents, and Coastal Development Permit for the construction of approximately 1,000 feet of new sidewalk, retaining walls /curbs and potential utility adjustments and relocations ( "Project "). 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 John Wolter. 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 31st day of December, 2005, 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. The 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 Consultant shall perform the services in accordance with the schedule included in Exhibit A. The failure by Consultant to strictly adhere to the schedule 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 the 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 either 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. In no event shall Consultant's compensation for all work performed in accordance with this agreement, including all reimbursable items and subconsultant fees, shall not exceed Sixty Nine Thousand Eight Hundred Thirty Eight Dollars and no /100 ($69,838.00) without additional 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 2 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 advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: 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 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 John Wolter 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 the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Robert Stein shall be the Project Administrator and shall have the authority to act for t 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: 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. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are 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 fumish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 2 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 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, 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 any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, 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 the Consultant on the Project. 17 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 the 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 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's Risk Manager prior to commencement of performance or issuance of any permit. 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 -the City's Risk Manager. D. Coverage Requirements 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 prior to such change. The insurer shall ,n 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 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 the 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. 7 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 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 or joint- venture. 16. SUBCONTRACTING Subcontracts Authorized. 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. 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 E. 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. All improvement and /or construction plans shall be prepared with indelible waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with a minimum thickness of three mils. Consultant shall provide to City 'As- Built' drawings, and a copy of digital ACAD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 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. 0 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 The 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 10 restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under 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 the Project. 26. CONFLICTS OF INTEREST The 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, to City by Consultant 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: Robert Stein Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Phone: 949 - 644 -3322 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: John Wolter Van Dell and Associates, Inc. 17801 Cartwright Road Irvine, CA 92614 Phone: 949 - 474 -1400 Fax: 949 - 261 -8482 11 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, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 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. 12 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. 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. 34. 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. 35. 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. 36. 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. 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, for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation J Mayor for the City of Newport Beach VAN DELL AND ASSOCIATES, INC.: A Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates f: \users \pbw \shared \agreements \fy 03 -04 \van dell -cover drive sidewalk.doc 13 7 Van Dell and Associates, Inc. Proposal to Provide �y April 12, 2004 Design services for the Dover Drive sidewalk Project 1 City of Newport Beach, California 0 SCOPE OF SERVICES B.1 WORK PLAN The following are the basic tasks for successful completion of the alternatives analysis, biological assessment, environmental documentation, permit processing, PS &E preparation, and bid support process. Task 1 — Background Research and Data Collection Following the kick -off meeting the initial task is to obtain all available as -built record drawings, survey information, right -of -way data, utility companies' information, and any other pertinent information for this project from City, County and other agencies. VA will visit the site and identify noteworthy features of the existing roadways to verify and supplement the available as -built drawings and survey data provided by the City. These features will include visible utilities and drainage facilities, traffic control devices (signs or signals), and features such as trees, and vegetated areas. Task 2 — Sidewalk Location Design Alternatives Following completion of background research, field inventory, and review of the survey data, the preliminary scope of work identified in the RFP for project location will be confirmed. At the beginning of the design process, VA will prepare a concept exhibit identifying alternatives for the proposed improvements. This exhibit will be used to develop a consensus between the City and the VA team on the design and impacts of the proposed project including analysis of sensitive riparian habitat, vehicle and bicycle traffic, utility and drainage system modifications, Resource Agency permitting and construction costs to implement the improvements. Once consensus on the selected alternative is achieved, the design process can go forward expeditiously, without delay to the project, as key issues will have been identified and resolved during the alternatives analysis. VA will prepare a letter to City confirming the design criteria and selected alternative. Based on our observations made during a site visit, different alternatives for the sidewalk improvements should be considered at different reaches along Dover Drive. The following alternatives would provide for minimum impact to the existing travel lanes and the riparian habitat along the easterly edge of Dover Drive. 1. Dover Drive (Cliff Drive to 250'± North of Cliff Drive This reach is adjacent to the steep embankment above the easterly edge of Dover Drive. The bike /emergency parking lane is approximately 11 feet wide and the toe of the embankment is located just behind the existing curbs. For this reach potential alternatives are: 8' wide sidewalk behind the existing curb with an 8' to 11' high retaining wall 5' wide sidewalk behind the existing curb with a 5' to 8' high retaining wall construct new curb with 8' wide bike /emergency parking lane, 5' wide sidewalk and a 2' to 3' high retaining wall. This alternative will require restriping in order to utilize the roadway space adjacent to the median. Page 4 Van Dell and Associates, Inc. April 12, 2004 Proposal to Provide Design Services for the Dover Drive Sidewalk Project City of Newport Beach, California 2. Dover Drive 2 0'± North of Cliff Drive to 900' North of Cliff Drive This reach is adjacent to the embankment which drops below the easterly edge of Dover Drive. The existing roadway is 32 feet wide with two 12' wide travel lanes, one 8' wide bike /emergency parking lane and 5'± level dirt area between the curb and top of the embankment slope. For this reach potential alternatives are: 5' wide sidewalk behind the existing curb, 2' to 3' deep cut off wall below the back edge of the sidewalk and a wood or anodized aluminum railing. 8' wide boardwalk behind the existing curb supported on wood poles with a wood railing. 3. Dover Drive 900' North of Cliff Drive to 1000' North gf Cliff Drivel This reach is adjacent to the embankment which drops below the easterly edge of Dover Drive. Several mature Willow Trees are located at the top of the slope 5' to 6' behind the existing curb. The existing roadway is 32 feet wide with two 12' wide travel lanes and an 8' wide bike /emergency parking lane. For this reach potential alternatives are: 5' wide sidewalk behind the existing curb with a 2' to 3' deep cut off wall below the back edge of the sidewalk and a wood or anodized aluminum rail. 5' wide boardwalk behind the existing curb supported on wood poles with a wood railing. Task 3 — Geotechnical lnvestigation and Resort The geotechnical investigation will consist of five subtasks: (a) data review /coordination, (b) field investigation, (c) laboratory testing, (d) engineering analyses, and (e) report preparation. These tasks are briefly described below. (The evaluation of the stability of the slopes at the back of curb along a portion of the roadway is not part of the proposed scope of work). a. Data Review /Coordination Available geotechnical and geological data regarding the subject site and surrounding areas will be reviewed. The data review will include review of grading reports and other geotechnical data in the files of the City /County. b. Field Investigation The field investigation will consist of a site reconnaissance and a subsurface exploration. The site reconnaissance will be performed by a Geotechnical Engineer. Results of the site reconnaissance will be used to select the boring locations of the proposed subsurface exploration. Subsurface conditions will be identified by hand augering only three (3) borings to depths of 5 to 10 feet below the existing ground surface. The borings will be backfilled with the soil cuttings immediately after samples are retrieved. X WF�d ,ylVruyn.xW1P_'pYI�P.�dr.Wow{nM1 tlnarnADnrp Or SxlwIDkf &qm W inarm,bc Page 5 Van Dell and Associates, Inc. Proposal to Provide April 12, 2004 Design Services for the Dover Drive Sidewalk Project City of Newport Beach, California Both drive and bulk soil samples will be collected from the borings during the hand augering operations. The drive samples will be collected at approximately 3- to 5- foot intervals. The samples from the borings will be tested in the soils laboratory as described below. c. Laborato Testin Samples collected during the field investigations will be examined in the laboratory to confirm field classifications. Selected samples from the borings will be tested to help evaluate engineering properties of the subsurface soils. The numbers and types of tests will depend upon the soils encountered. d. Enaineerino Analyses Results from the field and laboratory tests, site reconnaissance and GEI's experience will be the basis for the engineering analyses. GEI will provide engineering conclusions and recommendations for the following: Suitable type of foundation, Allowable soil pressures for foundation design, • Floor slab support, Potential settlements and remediation measures, • Expansion properties of on =site soils, • Compaction characteristics of on -site soils, • Suitability of on -site soils for use as fill material, Lateral earth pressures, Site preparation for proposed construction. e. Report Preparation GEI's conclusions and recommendations and supporting field and laboratory test results will be presented in an engineering report, and it will be addressed to you as appropriate. We will provide two (2) copies of the report to the City and have made the following assumptions in providing this proposal: Access to the site is provided • No unusually hard or other unforeseen ground conditions are encountered • Excess soil cuttings may be left on -site Soil and groundwater are not contaminated Task 4— Utility_Coordination This task includes full service utility coordination including utility research, submittal of utility information request, review and note utility conflicts of planned improvements within the project area, and distribution of preliminary and final plans to the utility companies. Copies of all transmittal letters to and from the utility companies and a summary table tracking all communication will be submitted to the City. ask 5 — Pfans.S_eecification and Cost Estima a PS &E) Following completion of geotechnical investigation and confirmation of the selected design alternative, construction plans will be prepared in "Plan and Profile" format at 1" = M.1NY�dvy`D,OIYp„k�P ,'iMM \P.WIiCW,.^q,l fllWIN.UV,Y G sygvellll$ '. X S.W. dY: Page 6 Van Dell and Associates, Inc. Proposal to Provide April 12, 2004 Design Services for the Dover Drive Sidewalk Project City of Newport Reach, California 20' horizontal scale and 1"= 4' vertical scale for the required improvements. Individual plan sheets will include all topographic information, prominent features and proposed improvements including retaining wall profiles and reconstruction of drainage facilities as necessary. Structural and hydraulic calculations in support of the proposed design will also be provided to the City. The sidewalk improvements shall be designed to comply with current ADA requirements and the final construction plans will be prepared in acceptable Auto CADD format, under the City Public Works' logo and format, in accordance with City, APWA or OCPF &RD design standards. VA will maintain current editions of the design reference publications as applicable to the project. The final plan set will include the following plan sheets: (1) Title Sheet including Vicinity Map and Sheet Index (1) Notes Sheet including construction notes, general notes, construction symbols and standard plan references ect. (1) Details Sheet including typical roadway and sidewalk improvement sections, retaining wall details, drainage structure modifications and any other miscellaneous details required for Plan Sheets. (2) Roadway and Sidewalk Improvement Sheets including any retaining wall improvements, storm drain modifications and excavation. These sheets will also include profile for any retaining wall improvements. (1) Signing and Striping Plans at 1" = 40" scale will be prepared if existing curb and gutter is relocated to accommodate the new sidewalk. Relocation of the curb is a potential alternative within the reach form Cliff Drive to 250'± northerly of Cliff Drive where sidewalk construction would require excavation of the steep embankment above the roadway and construction of a retaining wall. These plans will show installation of all roadway striping and pavement markings in addition to the locations and types of existing traffic signs within the project limits. Should VA note the need for additional signs, or the removal of existing ones, these items will also be included on the plans. All signing and striping improvements will be designed according to City guidelines, and Caltrans standard details and specifications for traffic signing and striping and pavement markings. It is assumed that the traffic control will be prepared by the contractor and is not Included in this scope of work. VA will prepare complete construction bidding documents including specifications and special provisions, construction quantities and cost estimate in accordance with the City format for all items of work included in the project. Deliverables: Plans and estimate will be submitted for review when they are at 60 %. 90% and 100% levels. Contract documents and special provisions will be submitted with the plan submittals at the 90% and 100% levels. At final submittal, a reproducible hard copy of the contract documents, plan sheet blue lines as well as mylar originals and electronic files will be submitted. %.�MwMyv fP�oryi. 4: J' �wi 'IMNVM1,NI[ \NOVpxl9o:xY0I1JVn, IN i�r}wiilM,:v'n,N�01 �',XVUnib: Page 7 Van Dell and Associates, Inc. April 12, 2004 Proposal to Provide Design Services for the Dover Drive Sidewalk Project City of Newport Beach, California Task 6 — Environmental Concerns and Permits Task 6.1 — General SiologicallBotanicai Surveys and Jurisdictional Delineation a. A literature review will be performed prior to the survey to determine whether there are any existing records for potential sensitive species or habitats within the vicinity of the project site. This task will include a review of the California Natural Diversity Database (CNDDB) and the California Native Plant Society's Electronic Inventory (CNPSEI) for information relevant to the project site. In addition, the Biologist will review previous documents (if available) of surveys conducted in the immediate vicinity of the project to obtain literature that may be pertinent to the site. After the literature search, a wildlife biologist and botanist familiar with the resources associated with the project vicinity will conduct a reconnaissance assessment of the biological resources onsite. All plant communities on the project site will be mapped and qualitatively described. The biologists will document the presence of common and sensitive biological resources and evaluate the habitat for the potential presence of sensitive species onsite. It is assumed fieldwork will take no more than one day to complete. After completing the field survey, Environmental Consultant will prepare a technical report of findings that includes the following topics: a) introduction, b) proposed project description, c) methods used to conduct the surveys, d) existing conditions of biological resources onsite. e) sensitive species and communities' discussion, and f) bibliography. Lists of wildlife and plant species observed during the surveys would be included. Field notes and survey forms used during the surveys and the resumes of the biologists who conducted the surveys will be included as appendices to the report. Two copies of a draft biological, technical report of findings will be provided to the City for review within 2 weeks of completing the reconnaissance survey, Environmental Consultant will provide two copies of the final report to the City. b. The field delineation will be conducted by the Environmental Consultant's wetlands specialists who have extensive experience conducting jurisdictional delineations. The purpose of the field surveys will be to identify and delineate areas of the project site that fall under the regulatory jurisdiction of the ACOE pursuant to Section 404 of the Federal Clean Water Act and California Department of Fish and Game (CDFG) jurisdiction pursuant to Section 1603 of the Fish and Game Code. To determine jurisdictional areas, the biologist will investigate criteria specified by the ACOE. Wetlands boundaries (if present) will be determined using the current accepted methodology prescribed in the ACOE 1987 Wetlands Delineation Manual. All wetlands and other jurisdictional waters will be mapped on a topographic map. The Environmental Consultant will deliver a report summarizing the results of the jurisdictional delineation. The report will describe habitat present on site, the limits of biological survey and jurisdiction pursuant to ACOE and CDFG regulations and include a discussion of potential regulatory constraints and the ACOE and CDFG F.NWbllrgWrnµruL[NJf%HrY 141kiNVrylrn, B.lifl,rUnw,G $rlyntllM \ &veyx of j,I Vn.VS WC Page 8 Van Dell and Associates, Inc, Proposal to Provide VAApril 12, 2004 Design Services for the Dover Drive Sidewalk Project City of Newport Beach, California regulatory permitting procedures that may be required for the project. In addition, the report will include a map depicting ACOE and CDFG jurisdiction. As required by the resource agencies, the graphics will include site photographs. The Environmental Consultant will provide 4 copies of the Final delineation report to the City. Task 6.2 - Preparation of CEQA Documentation Preparation of Initial Study The Environmental Consultant will prepare the Initial Study (IS) for the proposed project. The IS will be prepared in accordance with the policies and procedures as identified by the City of Newport Beach. • Preparation of Negative Declaration The City has recommended the preparation of a Negative Declaration (ND) for the proposed project. The ND will be prepared in accordance with the policies and procedures as identified by the City of Newport Beach. For the purpose of this proposal, we have assumed that a Negative Declaration will be prepared. If a Mitigated Negative Declaration is required additional compensation will be required based on additional work effort required. Environmental Consultant staff will attend up to four meetings, including the project kickoff meeting, regarding the Negative Declaration. A biologist will attend up to two meetings, including the project kickoff meeting. Task 6.3 — Permit Processing 1. Preparation of Section 404, Section 401, and 1602 Permit Applications, If Necessary If jurisdictional areas are to through d will be required. be affected by the proposed project, then Tasks a This work does not include the development of a restoration plan for the proposed restoration plan (e.g., maintenance etc.) a separate scope of work an assume that all documents (base City will be sufficient and complete the application. project. If the resource agencies require a schedule, plant palette, monitoring standards, d cost will be provided for that task. We will maps, as -built drawings ect.) provided by the in order for the resource agencies to process a. Preparation of CDFG AoDliration The Environmental Consultant will prepare and submit a notification to CDFG for a 1602 Streambed Alteration Agreement. Unlike the ACOE, CDFG regulates not only the discharge of dredged or fill material, but all activities that alter streams and lakes and their associated habitat. CDFG has no abbreviated permitting process comparable to the ACOE nationwide permits. A CDFG 1602 Agreement is required for all activities resulting in impacts to streambeds and their associated riparian habitats. CDFG generally requires that any impacts to streambeds and adjacent %VA.vtwug�➢r0{eee41V, 2CUNi,iMf.Wnvron UeyillL',wa :i�IVw:J \%ico,s of `nm� a,c Page 9 Van Dell and Associates, Inc. Proposal to Provide April 12, 2004 Design Services for the Dover Drive Sidewalk Project ■{ City of Newport Beach, California riparian habitats be fully mitigated. To ensure rapid and favorable action on a 1602 notification, a mitigation plan should be submitted with the notification package. It normally takes 90 days for the CDFG to process a 1602 notification. The Environmental Consultant will provide one copy of the final application to CDFG and one copy to the City. For projects that exceed $500,000 CDFG charges $1,390.50 to process a streambed alteration agreement. This fee is to be provided by the City. b. Preparation of ACOE Ap Iicp ation The amount of work associated with preparing the notification to the ACOE pursuant to Section 404 depends on the magnitude of project impacts on jurisdictional waters and other resources. The proposal assumes that authorization for this project will be provided through the nationwide permit program and a pre- construction notification will not be required. If a notification to the ACOE is required, the Environmental Consultant will submit a proposal for that work. Consultant will provide one copy of the final application to ACOE and one copy to the City. The ACOE does not charge for the filing of their permit. c. Preparation of Written Notification for Water Quay (401) Certification A water quality certification is required from the regional water quality control board (RWQCB) for any activity that requires a federal license or permit (such as a Section 404 permit) and may result in a discharge to jurisdictional waters. The Environmental Consultant will prepare and submit the necessary documentation to the RWQCB for its review of the project pursuant to water quality certification. The Environmental Consultant will provide one copy of the final application to Water Board and one copy to the City. The RWQCB charges for the preparation of a certification of water quality and usually costs less than $1,000.00 for small projects (although their fee schedule is currently being modified). This fee is to be provided by the City. d. AAc ency Coordination Agency coordination will be initiated as soon as possible after submittal of the application and throughout the permitting process. The Environmental Consultant will coordinate with the ACOE, CDFG and the RWQCB throughout their review of the applications to ensure that any potential problems are made known to the City and resolved at the earliest possible opportunity. This usually involves the coordination of a site visit with the resource agencies. One meeting is anticipated for the completion of these permits. However, the project manager will attend meetings, with the City as requested on a time and materials basis, based on standard billing rates. %Wr,M�iyWapnea4�G ZCOIWWX�eW.rMVrt Owr.MOuw„p ]do.MlSrpre,.,I Servv��r Jw Page 10 Van Dell and Associates, Inc. Proposal to Provide April 12, 2.004 Design Services for the Dover Drive Sidewalk Project City of Newport Beach, California 2. Coastal Development Permit Application and Submittal A City administered CDP will be required for the proposed project. The Environmental Consultant will complete the CDP application and submit the application, along with accompanying biological resources report(s). Task 7 — Bidding Process Assistant During the bidding process of the project VA will provide assistance to the City including answers to contractor Requests For Information (RFI) and preparing all required addenda. Task B — Project Management and Meetings The project will be diligently managed to ensure timely coordination with City staff, and keep the project on schedule and within budget. VA will prepare monthly progress report with updated schedule and meet and coordinate with the City as required. VA will prepare and distribute meeting agendas 24 -hours before the meeting. Draft of meeting minutes shall be ready within one week after meeting. For the purpose of the fee proposal, it is assumed that there will be four meetings with City during design stages, and one meeting with local community representatives. B.2 QUALITY ASSURANCE AND QUALITY CONTROL PROGRAM VA's Quality Assurance and Quality Control Program is implemented on engineering design and study projects to ensure that the required documents: > Conform with the contract documents; > Are neat, well organized, clear, concise, and complete; r Are technically and grammatically correct; Comply with generally accepted professional standards of engineering and applicable laws; Are signed, dated, and stamped as required; and Are consistent with other related plans and are constructible. All project team members, including drafters, designers, and supervisors, are involved with implementing the QA/QC program and ensuring that a quality product is produced by making every effort to do the work right the first time. X Wa, YMYYjPn, MaLL1i _ ^IIMWr,IA /.Wnxlu'I6ovu'AnOnvv [N iJNmMIS/gp, ,,l $yIVCw OUq Page 11 Van Dell and Associates, Inc. Amended Proposal to Provide jjy'(✓g� April 29, 2004 Design Services for the Dover Drive Sidewalk Project r�{ City of Newport Beach, California SCOPE OF SERVICES ADDITIONS Additions to Section B.1 "Work Plan" of Proposal dated April 12, 2004 B.1 WORK PLAN Task 2 — "Sidewalk Location Design Alternatives ": Cast estimates for each alternative are included. Recommendations are included in the alternative analysis. Task 6.2 - "Preparation of CEQA Documentation ": Preparation of the Notice of Completion and Notice of Determination are included. Preparation of the list of Mitigation Measures is included if a Mitigation Negative Declaration document is required. Task 6.3 — "Permit Processing" Section 2 "Coastal Development Permit Application and Submittal ": Attendance at one (1) meeting with Coastal Commission staff is included. Attendance at one (1) meeting for Coastal Commission Hearing is included. Assumed that Coastal Commission Hearing is in Southern California. If attendance is required in Northern California, additional fees for travel expenses and time will be required. % Wur6run�plYxl"+� +bAl' '[IXIaO'uMrNrnrpnr OnachVlurw U, :4Jewnlh4rnpr ul5m.rm wuaulrnnrY rl.e. Page I v u !? _ v c 0 o � U vi v u 0 o ; > v > z 0 0 0 y _T U O N m U in c m N v O C 11A — J N r Q "'u W O " U ¢" fn p N V w CL C >a a v 5 m z 3 N v" u dd �g u — E 3 m E m ._ x � � c v E E �v a 0 0 `c p o v a _ v v v E m E E n o v w n w O e � W " O o U � v � L � - O oa w m N E 3 E � v o � v m y o c � m _ N LL U O o U n Qy c o � m N `m u N O v u v o > n d Z v n a U E v o L o v o � A O y� 0 0 a U E° " N " U O O N Q m L N j U n Z M N U a i ir Van Dell and Associates, Inc. Proposal to Provide . S April 12, 2004 Design Services for the Dover Drive Sidewalk Project City of Newport Beach, California VAN DELL AND ASSOCIATES, INC. FEE SCHEDULE City of Newport Beach �artment of Public of Works Dover Drive Sidewalk Project Effective January 1, 2004 Staff Classification Hourly Rate Clerical /Support Staff $ 45.00 Engineering Technical Support $ 60.00 CADD Operator /Drafter $ 86.00 Design /Survey Staff $ 95.00 Professional Staff $115.00 Senior Professional Staff $130.00 Project Manager $130.00 Principal $155.00 Two -Man Survey Crew $175.00 Three -Man Survey Crew $205.00 Notes: 1. Billing will be every four weeks. Invoices are due and payable on presentation. 2. Overtime, when requested by the dient, will be surcbarged at a rate of 135% of the standard houry rates. Sundays and holidays will be surcharged at a rate of 170% of the standard hourly rates. X �:� a. SIJm Wffe RM, •i Page29 City of Newport Beach NO. BA- 04BA -062 BUDGET AMENDMENT 2003 -04 AMOUNT: s1s,s3s.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance �X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations for the costs associated with the Dover Drive Sidewalk Design project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Amount Description Debit Credit Transportation & Circulation Fund Balanc $19,838.00 Description Signed: Financial Approval:: Administrative Services Director Date Signed: */Z� Administrative Approv : City Manager Da% Signed: City Council Approval: City Clerk Date Description Division Number 7261 Transportation & Circulation Fund Account Number C5100712 Dover Drive Sidewalk Design $19,838.00 Division Number Account Number Division Number Account Number Division Number Account Number Signed: Financial Approval:: Administrative Services Director Date Signed: */Z� Administrative Approv : City Manager Da% Signed: City Council Approval: City Clerk Date City of Newport Beach NO. BA- 04BA -062 BUDGET AMENDMENT 2003 -04 AMOUNT: $�s,s3s.aa EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues qX from unappropriated fund balance CV01 AAIATInM- This budget amendment is requested to provide for the following: To increase expenditure appropriations for the costs associated with the Dover Drive Sidewalk Design project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed Signed Signed: Amount Description Debit Credit Transportation & Circulation Fund Balanc $19,838.00 Description Description 7261 Transportation & Circulation Fund C5100712 Dover Drive Sidewalk Design Financial Approval: Administrative Services Director al Administrative Approva% City Manager ,a4�, l'urofN-, , acv 1 Gl erg v City Council Approval: City Clerk $19,838-00 D ate Da e 5/4104 Date