Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout11 - Jamboree Road ImprovementsCITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 11
October 28, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Andy Tran
949 - 644 -3315 or atran @city.newport- beach.ca.us
SUBJECT: JAMBOREE ROAD IMPROVEMENTS (BRISTOL STREET NORTH TO
FAIRCHILD ROAD) - APPROVAL OF PROFESSIONAL SERVICES
AGREEMENT WITH VA CONSULTING
RECOMMENDATIONS:
1. Approve a Professional Services Agreement with VA Consulting, of Irvine,
California, for the Jamboree Road Improvements (Bristol Street North to Fairchild Road)
project at a not to exceed price of $295,359.00 and authorize the Mayor and City Clerk
to execute the Agreement.
2. Approve a budget amendment recognizing additional Measure M Competitive
GMA funds in the amount of $250,000.00 from Orange County Transportation Authority
(OCTA) and appropriating $250,000.00 to Account No. 7284- C2002019 for the
Jamboree Road Improvements project.
DISCUSSION:
This project is located on Jamboree Road between Bristol Street North and Fairchild
Road in the cities of Newport Beach and Irvine. The project involves widening the east
side of Jamboree Road at the MacArthur Boulevard intersection to accommodate one
additional northbound thru lane and one additional southbound left turn lane.
According to the City's General Plan, traffic volumes at this intersection are forecasted
to increase in the future, which will reduce the Level of Service (LOS) during peak hour
traffic. The completion of this project will improve the LOS to an acceptable level.
Staff considered five firms to provide professional engineering services for this project.
The five firms were (1) Willdan Engineering (2) RKA Consulting Group (3) Parsons
Brinkerhoff (4) HDR, and (5) VA Consulting. Two proposals were received from Willdan
Engineering and VA Consulting.
VA Consulting was chosen based upon firm qualifications, project understanding,
successful past experience, and aggressive project schedule. The proposed not to
VA PSA- Jamboree Rd Improvements - Bristol to Fairchild.doc
10/21/2008
Page 2
exceed professional engineering services fee is $295,359.00. The scope of professional
services will include:
• Research and data collection
• Utility coordination
• Topographic survey
• Geotechnical investigation
• Right -of -way engineering
• Right -of -way appraisal and acquisition services
• Preparation of environmental documents
• Preparation of construction plans, specifications and estimates
• Preparation of traffic control plans
• Construction support services
Environmental Review:
Engineering design services are not projects as defined by the California Environmental
Quality Act (CEQA) Implementing Guidelines.
Fundinq Availabilitv:
There are sufficient funds available for this project. In addition to the $500,000.00
included in the budget, there is an additional $250,000.00 of Measure M GMA funds for
this project that is not reflected in this year's CIP budget. Staff is recommending a
budget amendment to recognize and appropriate the $250,000.00 to Account No. 7284 -
C2002019 for the Jamboree Road Improvements project. These additional funds will
be applied toward right -of -way and construction cost.
Upon approval of the budget amendment, sufficient funds will be available in the
following accounts for the project:
Account Description
Measure M Competitive (GMA)
Prepared by:
Andy T n, P.E.
Senior Civil Engineer
Account Number
7284- C2002019
Total
Submitted by:
Amount
$ 295,359.00
$ 295,359.00
Attachment: Project Location Map
Professional Services Agreement
'z
e
O O tiPfli N
C �
trrl OQ'W �
� _ o
70! S' Q
0 x
gR
V
�j. PROJECT
O,QTy �P y;i LOCATION
Z
1 � E
QP n
1
� r
0
L
j
CITY OF NEWPORT BEACH
JAMBOREE ROAD IMPROVEMENTS PUBLIC WORKS DEPARTMENT
BRISTOL STREET NORTH TO FAIRCHILD ROAD
DATE 09/17/081 SCALE N.T.S I SHT 1 OF 1
DRAWN JJ I C -4071
PROFESSIONAL SERVICES AGREEMENT WITH
VA CONSULTING, INC.
FOR JAMBOREE ROAD IMPROVEMENTS
(BRISTOL STREET NORTH TO FAIRCHID ROAD)
THIS AGREEMENT is made and entered into as of this day of
200, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
( "City"), and VA CONSULTING, INC., a California Corporation 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 improve Jamboree Road from Bristol Street North to Fairchild
Road.
C. City desires to engage Consultant to prepare construction documents for the
widening of Jamboree Road from Bristol Street North to Fairchild Road
(`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, Division President.
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 31 st day of December 2010, 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.
Consultant's compensation for all work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not
exceed Two Hundred Ninety -Five Thousand Three Hundred and Fifty -Nine
Dollars and no /100 ($295,359.00) without prior written 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
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 writing
I
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 performed
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 JEFF
WILKERSON 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. ANDY
TRAN shall be the Project Administrator and shall have the authority to act for
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.
3
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. By
delivery of completed work, Consultant certifies that the work conforms to
the requirements of this Agreement and all applicable federal, state and
local laws and the professional standard of care.
8.2 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force in effect during the term hereof, at its sole cost and
expense, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature that is 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 furnish timely information or to approve or disapprove Consultant's
work promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
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,
O
volunteers 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
the negligence, recklessness, or willful misconduct of the Consultant or 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
sole negligence, 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.
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.
5
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.
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 (10 calendar days written notice of non-
payment of premium) prior to such change. The insurer shall 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.
O
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 (10 calendar days
written notice of non - payment of premium) 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
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 subconsultant. Nothing in
this Agreement shall create any contractual relationship between City and
subconsultant 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 subconsultant other than as
otherwise required by law. The City is an intended beneficiary of any work
performed by the subconsultant for purposes of establishing a duty of care
between the subconsultant and the City. 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.
N
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
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 Adobe PDF 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
CAD 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 CAD
data; (b) the decline of accuracy or readability of CAD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CAD 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 CAD data, City agrees to indemnify
Consultant for damages and liability resulting from the modification or misuse of
such CAD data. All original drawings shall be submitted to City in the version of
AutoCAD used by CITY in ".dwg" and ".pdf' 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 Sheet. All written documents shall
be transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
O
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.
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.
10
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
restoration expense shall be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under the law or 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, 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: Andy Tran, Senior Civil Engineer
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949 - 644 -3315
Fax: 949 - 644 -3308
11 .
All notices, demands, requests or approvals from CITY to Consultant shall be
addressed to Consultant at:
Attn: Jeff Wilkerson, Project Manager
VA Consulting, Inc.
17801 Cartwright Road
Irvine, CA 92614
Phone: 949 - 474 -1400
Fax: 949- 261 -8482
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, and thereafter diligently take steps to cure
the 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.
12
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.
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. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction
which might otherwise apply.
34. 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.
35. 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.
36. 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.
37. 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.
13
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
AP PR VED AS TO FOR
City Attorney
for the City of Newport Beach
ATTEST:
LIM
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
Mayor
for the City of Newport Beach
CONSULTANT:
0
(Corporate Officer)
Title:
Print Name:
M
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
f: \usem\pbw \shared \agreements \fy 08- 09\va- jamboree improvements (bristol to fairchild)\va- jamboree improvements ( bristol to
fairchild).doc
14
PROFESSIONAL CONSULTANT SERVICES TO PREPARE
FINAL DESIGN CONSTRUCTION DOCUMENTS FOR
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
V>
i
jk-
CONSULTING
VA CONSULTING, INC.
Orange County Division
17801 Cartwright Road
Irvine, CA 92614
949.474.1400
www.vaconsultinginc.com
Revised
October 2, 2008
TECHNICAL PROPOSAL
City of Newport Beach - Public Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
PJL-
UL Revised October 2, 2008 BRISTOL STREET NORTH TO FAIRCHILD ROAD
WORK PLAN
A. Background Research -Data Collection, and Field Visits
VA will research and obtain available as -built record drawings, reports, assessor's parcel maps,
right -of -way maps, street centerline ties, utility information, aerial photos and topographic
mapping and other pertinent information for the project from the City, City of Irvine, County,
Caltrans, or as appropriate. VA will also make field visits as required to evaluate and document
existing conditions.
B. Utitlty Coordination Assistance and Utility Base Man
VA will identify all public utilities within the project limits and will assist City staff with utility
coordination. VA assumes that City staff will request all utility maps and send out all utility
verificafions and relocation notices. VA will prepare a Utility Base Map depicting all existing
utilities found within project limits based on available information, and indicate any proposed utility
adjustments or relocations on the construction plans. .
C. Design Survev
VA will provide a topographic survey of a portion of Jamboree Road (from one hundred feet
southwest of Bristol Street North to one hundred feet northeast of Fairchild Road). Control data
will be assembled and established for the project area (Orange County horizontal and vertical
control per RFP). This survey at twenty five (25') cross - sections (northwesterly curb to fifty feet
beyond southeasterly curb on Jamboree Road including one hundred feet beyond curb returns
southerly on MacArthur Boulevard and Fairchild Road) will include the ground surface and any
visible surface utilities (manholestinverts, water valves, fire hydrants, catch basins, utility boxes,
utility poles, guy wires, vaults, etc.) curb /gutter, driveways, existing adjoining building comers,
fences, landscape, trees, striping, paving, walks, handicap ramps, walls, signage, etc. The
survey data will be down loaded and compiled to create topographic mapping of the area,
including right -of -way, centerline, parcel lines, surface features, culture and contours for tentative
mapping purposes. The final map (24" x 36 ") will be at a scale of 1" = 40' with 1' contours.
D. Geotechnicallnvestigation
Ninyo & Moore (N&M) will prepare the geotechnical investigation for the project in order to
provide geotechnical design criteria and recommendations for the proposed roadway widening
and retaining wall. The general scope of geotechnical services will include:
➢ Project coordination and scheduling of field activities.
➢ Review of readily available background documents including topographic and geologic maps,
published geotechnical literature, stereoscopic aerial photographs, in -house information, and
other plans and/or reports provided to us.
➢ Acquisition of permits necessary to proceed with our subsurface exploration.
➢ A geotechnical reconnaissance of the site to observe existing site conditions, to mark the
proposed boring locations, and to coordinate with Underground Service Alert (USA) for
underground utility clearance.
➢ Subsurface evaluation consisting of drilling, sampling, and logging of four small- diameter
exploratory borings up to a depth of approximately 50 feet below the surface and /or
approximately 5 feet into competent material, whichever is shallower. Traffic control will be
XMlaikebgXPMPOMlsW_20DBWudic eWPW BeachUamOmea Rod WldeNnglPROP -TeMni -REVA
ENGINEERS PLANNERS SURVEYORS
Page 7
V TECHNICAL PROPOSAL
City of Newport Beach — Public Works Department
Professional Design Consultant Services
1 JAMBOREE ROAD IMPROVEMENTS
CONSULTING
Revised October 2, 2008 BRISTOL STREET NORTH TO FAIRCHILD ROAD
performed, as appropriate, in general accordance with the W.A.T.C.H. manual. The purpose
of our borings will be to observe the subsurface conditions at the site and collect samples for
laboratory testing. Relatively undisturbed and bulk samples will be obtained at selected
intervals from the borings. The soil samples will be transported to our laboratory for testing.
The borings will be backfilled with on -site soils.
➢ Laboratory testing of selected samples to evaluate in -place moisture and dry density, soil
gradation, consolidation properties, direct shear strength, R -value and corrosion potential of
the on -site soils.
➢ Compilation and geotechnical analysis of field and laboratory data, including analyses to
evaluate and provide recommendations for the following:
- Suitability of the site for the proposed construction from a geotechnical standpoint.
- Description of the geology and on -site soils anticipated at the site, including an evaluation
of geologic hazards.
- Evaluation of temporary stability of excavations associated with the proposed retaining
walls.
- Development of geotechnical design parameters for design of the proposed walls,
including bearing capacity, settlement, lateral resistance, and lateral earth pressures.
- Trenching recommendations including excavation, bedding material, shoring, and backfill
compaction of the trenches.
➢ Preparation of a report presenting the results of our site reconnaissance, subsurface
exploration, laboratory testing, engineering analyses as well as our conclusions and
recommendations relative to the geotechnical aspects of project design and construction.
E. Right of Way Engineering
VA will prepare metes and bounds legal description /plat exhibit for right -of -way acquisitions and
temporary construction easements.
VA will obtain, through a reputable Title.Company, current Tide Reports on behalf of the City for
five (5) parcels. This proposal includes reviewing a 6 month current preliminary title reporU
deeds /easements /record maps, of each of five affected properties and legal description/plat
exhibit preparation of two (2) each for a total of ten (10) exhibits. Processing of legal
description/plat exhibit for right -of -way acquisitions and temporary construction easements is not
a part of this proposal.
F. Conceptual Roadway-Man
A Conceptual Roadway Design Plan will be prepared to illustrate the scope of the proposed
horizontal improvements to Jamboree Road and the Macarthur Boulevard. intersection. The plan
will show all major elements of the proposed design so that the City can review and comment on
the concept design before final improvement plans are prepared. The plan will clearly illustrate
the proposed grading, roadway, drainage, traffic, and right of way changes required to implement
the improvements. The plan will be prepared in "Plan Only" format at a 1 "= 20' horizontal scale.
The plan will be prepared in AutoCAD, in accordance with the City's drafting and plan preparation
standards.
�nopmposalslP_200M?P ticWewpw BeadiUwTd o" Road Witlm g'PROP -Te ma -REV .aoe
ENGINEERS PLANNERS SURVEYORS
Page 8
V
R evised October 2, 2008
G. Environmental Documents
Tasks 1 and 2 - Initial Study
TECHNICAL PROPOSAL
City of Newport Beach — Public Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
Attend kickoff meeting to review City objectives and project background. Obtain all applicable
documents necessary to prepare the project description, and prepare the Screencheck Initial Study
(IS) presenting its assessment of the project's potential environmental impacts. UltraSystems will
prepare a Biological Resources technical study and the results will be presented in the IS. The
Biological Resources technical study is described below. VA Consulting will prepare the responses
to the traffic and circulation questions in the IS.
Based on the information developed in the Initial Study, documentation will be presented that
supports a preliminary conclusion that the project as proposed will not produce a significant effect
on the environment after mitigation measures are implemented, thus warranting preparation of a
Mitigated Negative Declaration; and that the project does have the potential to produce significant
environmental impacts requiring the preparation of an Environmental Impact Report (EIR).
The Initial Study will include the following information: (1) a desciption of the project; (2) a
discussion of the project's .existing environmental setting; (3) a list of discretionary/ministerial
approvals; (4) information identifying the project's potential environmental effects; (5) a discussion .
of the suggested means, if necessary, to mitigate any potentially significant effects below a level of
significance; (6) an examination of whether the project would be consistent with existing zoning,
General Plan policies, and other applicable land use controls; and (7) the name of the person(s)
participating in the preparation of the Initial Study (Section 15063(d), CCR).
Identification of Responsible and Trustee Aqencies: UltraSystems shall identify all Responsible and
Trustee agencies per State CEQA Guidelines § 15381 and 15386.
Consultation with Responsible and Trustee Agencies: UltraSystems shall consult with all
responsible and trustee agencies in compliance with PRC § 21080.3 and State CEQA Guidelines §
15063(g) to obtain their recommendation as to whether an EIR or Negative Declaration should be
prepared.
Biological Resources Technical Study: The following tasks will be performed by UltraSystems
biologists:
Review of Existing Information: Available, potentially relevant biological resource information will
be reviewed before the fieldwork is conducted. The review will focus on the potential occurrence
of sensitive resources that may be directly or indirectly affected by implementation of the project.
The project description, project design, and project footprint maps, previously prepared site
reports, information on site history, and local planning documents will be provided by the City.
Additionally, UltraSystems will review resource references and databases, such as available soils
maps, the California Natural Diversity Data Base, California Native Plant Society Electronic
Inventory, and UltraSystems reference files, as well as applicable biological regulatory
information. The drainage flows from the areas immediately surrounding the project site that may
affect drainage onto the site will be determined. The fate of water and sediments that will drain
from the project site to areas and waters outside the project footprint will be mapped.
General Biological Field Survey and Evaluation: After reviewing and field truthing the relevant
information obtained in Task I, the site will be evaluated with a thorough walkover covering
portions relevant to potential biological effects and constraints. The visit will consist of a general
biological survey to determine the existence or potential existence of any sensitive vegetation,
rare, threatened, or endangered and other special status species. Detailed field notes will be
xlMarketiiglPmposalslP _2Q)81PWIicWewpoh BeachUamboree Road WdorgWROP- TownicaREV.Eoo Page 9
V _''
CONSULT Revised October 2, 2008
TECHNICAL PROPOSAL
City of Newport Beach - Public Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
compiled including conditions, visible disturbance factors, species, habitats, and more general
biological resource issues observed or detected. The site will be evaluated regarding the
presence, absence, or likelihood of occurrence for all special status species, habitats, or more
general biological resource issues potentially posing a constraint to the project through applicable
laws and regulations. UltraSystems field biologist will also briefly examine adjacent areas.
Prepare and Submit Biological Resources Survey Report: A letter report will be written to analyze
the information obtained in Tasks I and 11. A map will be included to indicate the vegetation
communities on the site, and the species observed in the project footprint. The regulatory context
of the project will be evaluated with regard to existing biological resource laws, regulations and
court precedent, including the California Environmental Quality Act (CEQA). Direct and indirect
project impacts will be evaluated. All species with special legal or management status along with
more general biological resource issues, which have any reasonable potential to constrain the
project, will be briefly addressed, including conclusions regarding such constraints. Listing of
special status species which include the site in their general range, but which have no reasonable
potential to occur or otherwise constrain the project, will be included but not further discussed.
UltraSystems will provide recommendations (if necessary) for mitigation measures or further work
to clarify relevant issues, if they are essential or appropriate. For example, any additional
focused species - specific surveys that may be required to document the actual presence (or
absence) of those select species whose presence could not be definitively concluded in the
absence of full compliance with established survey protocols. Exhaustive details of mitigation
measure design, implementation and monitoring programs will not be provided. UltraSystems will
not provide comprehensive lists covering all species expected to occur on the project site.
Any constraints of the project posed by biological resource laws and regulations will be
summarized, and brief general conclusions and recommendations will be provided.
UltraSystems will provide a Draft Biological Resources Survey Report for City review. Based on
one set of written comments a Final Biological Resources Survey Report will be prepared.
Required Materials: The following materials are required to fulfill the Biological Resources Scope
of Work:
➢ A complete written description of the project, including location and boundaries
➢ An engineering map showing the project plans, grading limits, staging areas, and other
relevant project activities that may affect biological resources.
➢ Two copies are required of accurate aerial photographs or maps of the project site which
show the project footprint and legible elevation contours free of project detail, and at a scale
of from 1"=200' to 1"=400'-
➢ Copies of relevant prior environmental documents including any general or specific plans,
which must be considered, and biological reports previously prepared for the site.
➢ If necessary, keys, lock combinations, letters of permission, and any other materials
necessary to allow us full, efficient and reasonable access to the site.
Deliverable: UltraSystems shall provide VA and the City with fifteen (15) copies of the screencheck
Initial Study for their review and comment.
X:Warke mMPropose1sT-2008%PWhcV4ewpW BeachVamboree Road WMennMPROP- TecW1M REV.dM
ENGINEERS PLANNERS SURVEYORS
Page 10
V -
co suLT Revised October 2, 2008
Task 3 - Mitigated Negative Declaration
TECHNICAL PROPOSAL
City of Newport Beach — Pubtic Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
Should the City determine that based on the Initial Study, there is no substantial evidence that the
project may cause a significant effect on the environment after mitigation measure have been
implemented, or that revisions to the project would avoid or mitigate any potentially significant
effects to a level of insignificance, UltraSystems will perform all components of Task 3.0 as
described below.
Document Preparation: UltraSystems will prepare a draft MND for review by VA Consulting and the
City. As required, that document will include a brief description of the project, the name of the
project proponent, a proposed finding that the project will not have a significant effect on the
environment, and an attached copy of the Initial Study documenting the reasons to support the
findings and mitigation measures to reduce or avoid identified impacts.
Notice of Intent to Adopt a MND: UltraSystems shall prepare a Notice of Intent to Adopt a MND in
order to give sufficient notice to the public, responsible agencies, trustee agencies, and the County
Clerk. Per State CEQA Guidelines, the notice will contain a brief project description and its location;
the starting and ending dates for the review period during which the City will accept comments; the
date, time and place of any scheduled public meetings or hearings; and the address where the
copies of the MND are available for public review.
Document Circulation: As outlined under Task 22, UltraSystems will provide notice of document
availability to the public (the City will be responsible for all newspaper notices), Responsible
Agencies, Trustee Agencies, and the County Clerk.
Document Revisions: UltraSystems shall revise the draft document per VA Consulting and the
City's comments or in response to comments received during the public review period. We have
only budgeted for one round of document revisions —refer to existing spreadsheet.
Deliverable- Fifteen (15) copies of the final document will be provided to VA for distribution to the
City. Additional copies will be available, based on a time and material basis.
Task 4 - CEQA Processing Support Services
This task includes those activities required to support the preparation of the MND, comply with
specific procedural obligations specified under CEQA, and represent that document before the
City-
CEQA Documents and Notices Distribution: This task includes all activities required to distribute via
certified mail those notices and other pertinent documentation to all Responsible Agencies, Trustee
Agencies, the State Clearinghouse (probably not necessary), pertinent local agencies, interested
organizations, groups, and individuals.
Posting with the County Clerk: UltraSystems shall ensure posting of the NOA and NOD at the
Office of the County Clerk. Payment of California Department of Fish & Game (CDFG) fees is
required when the NOD is filed with the County Clerk and they not included herein. The current
2008 fee is $1,876.75.
Note: We have assumed no General Plan Amendment will be required for either Newport Beach
or Irvine.
X WarketingTroposal slP_2008WebkNewyod Bea Ua� Road Wdemi g%PROP- Tedmira EV.d Page 11
V _,,
CONSULT Revised October 2, 2008
H. Construction Documents
Improvement Plans
TECHNICAL PROPOSAL
City of Newport Beach — Public Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
Improvement Plans will be prepared for the required improvements in AutoCAD 2007 in
accordance with City format and design standards. The following will be included as part of
the Improvement Plans:
a. Title Sheet, Typical Sections, and Details
A single title sheet and single typical sections and details sheet will be prepared as
part of the Improvement Plans.
b. Roadway Plans and Profiles
Plan and profile sheets will be.prepared for the required improvements at 1" = 40'
horizontal scale and 1" = 4' vertical scale. The roadway plans will show construction
of new pavement, median modifications, curb and gutter, sidewalk, curb ramps, utility
relocations, catch basin relocations, and offsite grading required for the proposed
roadway widening.
C. Design Cross Sections
Design cross sections will be plotted every 25 foot intervals at 1 " =20' horizontal scale
and 1"=2' vertical scale. Each design cross section will show proposed and existing
elevations and proposed cross slopes.
e. Retaining Wall Structural Calculations and Plans
VA will prepare structural calculations and details for the proposed retaining walls
and retaining wall plans will be prepared and included as part of the Improvement
Plans.
Signing and.Striping Plans
VA will prepare one (1) signing and striping plan "double stacked," using AutoCAD, at
1" = 40' scale to implement the project improvements. The signing and striping plan
will show removal of all existing striping, pavement markings, and signage conflicting
with the proposed improvements, and installation of new striping, pavement
markings, and traffic signs. The traffic sign work will be based on an inventory of
existing signs and an assessment of new project signage requirements. All
improvements will be based on the latest California Manual on Uniform Traffic
Control Devices (CA MUTCD) and City of Newport Beach and Irvine standards.
g. Traffic Signal Modification Plan
VA will prepare two (2) traffic signal modification plans using AutoCAD at 1" = 20'
scale for implementation of traffic signal improvements at the MacArthur
Boulevard/Jamboree Road and Koll Center, Centerpointe and Jamboree Road
intersections as required by the project Traffic signal plans will be prepared in
accordance with City of Newport Beach, City of Irvine, and Caltrans standards as
XVA&$*WVlPMP=1AR- 2Wew�iwftWMSO cnve� Rwd Wa hV%PROV- Tmh"iai -REVA= Page 12
V 1.
CONSULTING Revised October 2, 2008
TECHNICAL PROPOSAL
City of Newport Beach — Public Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
applicable. As part of this task, VA will conduct a thorough field inventory of the
existing signal improvements to confine and supplement the as -built plans.
It. Traffic Control Plans
Based upon the project improvements, VA anticipates that generally two construction
phases will be required. One phase will consist of closure of the No. 3 eastbound .
through lane on Jamboree Road to construct the outside curb widening
improvements and a second phase will consist of closing the No. 1 through lane in
each direction of Jamboree Road for reconstruction of the raised median on the
easterly approach of Jamboree Road. Based on this phasing, four (4) construction
phasing/traffic control plans will be required for implementation of the project
improvements. Traffic control plans will be prepared using AutoCAD, at V = 40'
scale and will follow the guidelines established in the California Manual on Uniform
Traffic Control Devices (CA MUTCD). Traffic control plans will be "double stacked"
with two horizontal layout strips placed on each plan. The plans will show traffic
control measures required for the construction of the project including all traffic
control devices, temporary lane delineation, and construction signing. VA will make
every effort to reduce the impacts of traffic control. and lane closures on adjacent
properties by implementation of an efficient design that emphasizes public and
worker safety and cost - effective construction.
VA has noted that closure of the eastbound No. 1 through lane on Jamboree Road is
required for construction of the new raised median on the easterly approach. The
traffic control for this closure is anticipated to extend into Caltrans RIW at the SR -73.
Therefore, this task includes preparation, submittal, and processing of an
encroachment permit application to Caltrans for implementation of traffic control
devices within state right -of -way.
i. Landscape Architecture
NUVIS will conduct a pre - design tour with sketchbook and digital camera to
familiarize ourselves with existing conditions and potential effect on the design
solution. The tour will include the City's Project Manager and appropriate team
consultants and inter - departmental representatives. We will then respond with a
preliminary landscape and irrigation plan which will depict the proposed functional
and spatial relationship to the site configuration:
➢ creating an imaginative program /theme capitalizing on positive features;
➢ address landscape, handscape, visual improvement recommendations,
community identification opportunities; and
➢ Conform to the most current City and Caltrans/FHWA landscape regulations and
requirements.
View potential and visual impact will be considered. View potential describes the
views form the sites to the surrounding areas whereas visual impact indicates the
visibility of the scenic corridor form the bordering areas. Often, the areas within the
strongest impact also provide the greatest view potential.
Once the preliminary landscape and irrigation plan is mutually agreed upon, NUVIS
shall refine and prepare construction documents at a 35% submittal level. The first
step in the preparation of construction documents involves consolidating explicit
X:$M mefinDlProw$Wsv'_20DBIPuViOND.P M1 13 a an boree Road w,deriWROP -Te nica1REv.doc
ENGINEERS PLANNERS SURVEYORS
Page 13
V PIL
CONSULTING
9
3.
Revised October 2, 2008
TECHNICAL PROPOSAL
City of Newport Beach — Public Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
information into an accurate "base sheet." It is our recommendation to submit this
"base sheet' through the review process. We have found that approval of the base
sheet at this stage has prevented major design alterations once construction
documents are under way.
The landscape and irrigation PS &E will be submitted for plan check corrections to the
City as part of the total package. NUVIS anticipates submittals at the 35 %, 65 %,
95 %, and 100% levels. Specification documents for the landscape and irrigation
portions of the project shall conform to the District standard construction methods,
the Standard Specification for Public Works Construction and applicable County,
State, and Federal regulations and codes (i.e., CPSC, ADAAG and DOI).
As requested by City, NUVIS will visit the site at intervals appropriate to the stage of
construction to review the progress and quality of the work related the landscape and
irrigation plan items and to determine in general if the work is being performed in a
manner indicating that the work, when completed, will be in substantial conformance
with the construction documents. However, NUVIS will not make exhaustive or
continuous on -site inspection to check quality of the work.
Special Provisions
VA will prepare Special Provisions to the Standard Specifications of Public Works
Construction in accordance with City standards and guidelines for the items of work
included in. the project in a format consistent with the City boiler plate and current City
projects. VA will submit the Special Provisions at the 95% and 100% final submittals.
Quantity and Cost Estimates
VA will prepare a complete construction quantity and engineer's opinion of probable
construction costs for each project. VA will submit the estimates in Microsoft Excel format
at the 50 %, 95% and 100% final submittals.
Prolect Management and Meetings
This task provides for project management time to coordinate the activities of the consultant team
and City of Newport Beach staff during progress of the work, and management time to prepare
for and attend project meetings during the design phase of the project. We have assumed
management time of 6 hours peg month for six (6) months and three (3) hours per meeting for a
maximum of fifteen meetings for a total of 81 hours.
VA will prepare for and attend a maximum of fifteen (15) meetings as follows:
1 — Kick -off meeting;
1 — 50% Plan submittal reviewtapproval meeting;
1 — 80% Plan submittal reviewtapproval meeting;
1 — 95% Plan submittal reviewtapproval meeting;
1 — 100% Plan submittal reviewlapproval meeting; and
10 — Design meetings.
VA will prepare and distribute meeting agendas and minutes and communicate regularly with City
staff regarding project issues and status via email and telephone.
XWa*efiWroPoS81s%P._20WB NidNewponBeadWamboree Road WdenilElPRORTe iaal.RF/.doo Page 14
V2 >-
CO SULT1 Revised October 2, 2008
J. ' Coordination with City of Irvine
TECHNICAL PROPOSAL
City of Newport Beach — Public Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
VA and /or VA's suboonsultant will coordinate with, attend meetings, and present project
information to key staff at the City of Irvine. We have assumed a total of approximately 96 hours
for this task.
K. Bid Phase Support
VA will assist the City in preparation of contract documents for bidding, and attend the pre -bid
meeting. VA will be available to respond to questions from bidders, provide clarification of plans
and specifications, and prepare addenda as needed to modify or clarify the Contract Documents
during the bid phase. VA will also assist the City in evaluating the submitted bids. The budget for
this task assumes approximately 36 hours of combined VA staff time.
L. Construction Phase Support
VA will assist the City during the construction phase and will attend the Pre - Construction Meeting.
During construction VA will attend periodic (bi- weekly) construction meetings, review shop
drawings/submittals, and respond to requests for information (RFI) from the Contractor and the City.
VA will also perform site visits at major milestones of the completion of construction to observe in
general if the work is being performed in substantial conformance with the construction
documents. Upon completion of construction, VA will prepare Record Drawings based on markups
provided by the Contractor and City inspector. The budget for this task assumes approximately 72
hours of combined staff time and a construction duration of approximately (3) three months beginning
in 2009.
M. Appraisal and Acquisition Services.
1. Appraisal Services
Overland, Pacific & Cutler (OPC, Appraiser) will mail a notification letter and
acquisition policies brochure to the property owner, requesting permission to conduct
an on -site inspection of the property, advising them of their right to accompany the
appraiser at the time of the inspection, and requesting information regarding the
property appraised which could influence the appraised value.
D Appraiser will review title information pertaining to respective ownerships and will
review drawings and other pertinent information relative to the parcel.
D Appraiser will inspect each property personally with the owner (if possible) and
document the inspection with photographs for use in the report.
D Appraiser will inventory all improvements affected by the proposed taking including
notes on their manner of disposition (i.e., pay -for and remove vs. move back).
D Appraiser will perform market research to support the selected appraisal
methodologies and will document and confirm comparable sales information.
Appraiser will prepare a narrative appraisal report that conforms to the Uniform
Standards of Professional Appraisal Practice (USPAP). The appraisal study and
report are intended to serve as an acquisition appraisal and will be prepared in a
summary format consistent with the specifications for narrative appraisal reports.
➢ OPC will receive and analyze the completed appraisal reports and will reconcile the
real estate and fixtures and equipment conclusions as necessary.
X:V.t 9fin9XPropm16T_2WB1Pu idNewpo Beadillamb .PO d waeningUIROP.Tm im[ -REV.m
ENGINEERS PLANNERS SURVEYORS
Page 15
V TECHNICAL PROPOSAL
City of Newport Beach D Public Works Department
Professional Design Consultant Services
1 JAMBOREE ROAD IMPROVEMENTS
CONSULTING JL Revised October 2, 2008 BRISTOL STREET NORTH TO FAIRCHILD ROAD
2. Acquisition Services
➢ Establish and maintain a complete and current record file for each ownership in a
form acceptable to the client.
➢ Receive and analyze title information, approved appraisal reports and legal
descriptions in sufficient detail to negotiate with property owners and other parties.
➢ Prepare all offer letters, summary statements, and lists of compensable items of
fixtures and equipment, in accordance with state or federal regulations and
approval of client.
➢ Present written purchase offers to owners or their representatives in person, when
possible. Secure receipt of delivery of offer as practical and present and secure
tenant information statements, as applicable.
➢ Follow -up and negotiate with each property owner, as necessary; prepare and.
submit recommended settlement justifications to client for review and approval;
review any independent appraisal secured by property owner and coordinate
reimbursement of appraisal fees (up to $5,000) with client. Ongoing negotiations
and settlement discussions will continue for 8 weeks after the initial offer or until we
reach settlement or impasse.
➢ Prepare and assemble acquisition contracts, deeds and related acquisition
documents required for the acquisition of necessary property interests. Legal
descriptions to accompany easements or to accompany partial acquisition deeds
are not included in this Scope of Work.
➢ Maintain a diary report of all contacts made with property owners or
representatives and a summary of the status of negotiations indicating attitude of
owners, problem areas, and other pertinent information. Copies of all applicable
written correspondence will be maintained in files:
➢ Prepare an impasse letter for any parcel where, after diligent attempts to settle by
negotiation, it appears eminent domain will.be needed or prudent to acquire the
needed interest.
➢ Transmit executed acquisition documents to client. Each transmittal package shall
include a fully executed and properly notarized deed(s), fully executed acquisition
contract with attachments, and a brief settlement memorandum which summarizes
the pertinent data relative to the transaction.
Title /Closing If by Negotiated Settlement
Assist the escrow /title company in the following:
➢ Open escrow and coordinate execution of closing instructions providing for title
insurance coverage at the settlement amount.
➢ Provide escrow officer with fully executed acquisition contract and notarized deed.
➢ Review settlement statement for accuracy.
➢ Coordinate deposit of acquisition price and estimated closing costs with escrow.
➢ After the closing, review the title insurance policy for accuracy.
➢ Prepare and mail a letter to County Assessor requesting cancellation of taxes if
appropriate.
X:WIa in9Wr0p0s81MP _20WuWicW&.PWSeachVambo RMdWMennMPROP -Te is WEVA. Page 16
V PIL
CONSULT Revised October 2,'2008
Title Clearance Services
TECHNICAL PROPOSAL
City of Newport Beach — Public Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
➢ Work in conjunction with escrow officer to facilitate the clearance of title matters as
set forth in the settlement memorandum and escrow instructions.
➢ Coordinate payment of taxes due and release of liens.
➢ Secure full or partial reconveyance instruments from lien holders of record.
➢ Coordinate lost instrument bonds as may be necessary.
➢ Coordinate and facilitate recordation of corrective deeds to clear vesting issues.
➢ Secure subordination agreements from conflicting easement holders.
xNAarkevrg{Pmpoeals 20008kPubidNewPW BeachUam� Raab WKemrOPROP- Technica REVA
Page 17
Nobee 1. F.d I P,*d � Meet,
0 d
Frda Sway! MizpiM
12d
Mobdii.yan I Rekli
2 d
Flap Sway
5 d
Ree4chnical RepoA
mebd a Cn I Pmrds
led
Field M
5 d
Lapmd.,y 7.eEn9
15 d
Dnvft Rapwi NeP„'+w^ (Sufia& 46 SOW
.10E
A;oew RevleN
ID d
PNa Report Preps n r r
10
R.pd Coie, 1.
06
—6ZI19R+und —1.1id: and Dad Dp¢efSDn
rd
uigki leaestiga4di6 c.Av Icitylinq
ii7,d
....e . .. ..... ..... . .
B.. Kep P�rabo
. . ...... .
Receive My Cw M Ae Uft Plans
2i a.
.... �
P� mm aasi
.
a 4;
Fi,aj B.se wp coepkte
..
Cc �Mn
. ........ ...... ..
"d .
Un;w
SuEmk conapt Ran
Qd1
ce.mPI coopi R. k.
We;
�r.ocrrlal uee.,eem
122 da
S�Mpod By VA:
5 d
Pngare A9rimstaaK port MND
294;
Mali
-f"
Prepare Real ..p. iaVm DeA WIND
5 &
'City Rev of Fmi.iEiiYn. Orwft MNO 6r S��
5&
Pmdalon and pNnbrtiwr d F.l Adarin, oem woND
5 &
R.pare Respam. to Conmd 1ASZUn¢a Mwlot) aed Fle.1 MND
C*t, Revive of Fiemil MND
Final Uy ReWew 0 F" MND
.. .... ........... .. ...
ce� ve� a ��
----- --- . .... . ...
CAy Coued Res AWm
Prepare Sm mans
AWc, Rewme far 60% SUdNdal
FGqmm 6096 Plsu . s nsa tse
Bm s.drival
A,ae,RevfewbBO%Sudrildl
Presmre 0% Pd.. SpetiSCelidn. & EIl Mt�
As Re," W 95% S.WnYlaf
Reparc Pf.6s, spetlaeewnsa tvtrmtes
Setmal
F¢W R..;sW Apgeval
iiw iiiie;i..
Ap".] Sarvie.
Fhii 66*ig CESWvIed)
R" ." C9n¢e lien support
B , eid ceesouaorr SUPW
WhnN'I. Task
kw 18,m I
90N51 �a,ddee.mw
ID d.
10 &
S te-
56
l0 d.
ib as
0
0 w
10&
2b�de
0 da
b d.
15 d.
0
in da
10"
06
Wde
VEXHIBIT B
y `r I ii I Revised October 2, 2008
COST PROPOSAL
City of Newport Beach - Public Works Department
Professional Design Consultant Services
JAMBOREE ROAD IMPROVEMENTS
BRISTOL STREET NORTH TO FAIRCHILD ROAD
SECTION VI - COST PROPOSAL
Based on the estimated hours for the various tasks as detailed on the Fees and Expenses Estimates on
the next pages, the proposed "not -to- exceed" fees and expenses for this Project are:
"The VA Team's Fee Rates will be valid through the end of 2010.
CADocwne is arM seWngsW mnLLa Senings\Tegp ry Inle FYeS%0LN361PR0P- Cmt- REV.d=
TOTAL
VA Consulting
$181,658
$3,379
$185,037
Ninyo 8 Moore
$17,502
$17,502
Overland, Pacific & Cutler
$44,300
$44,300
NUVIS
$20,500
$20,500
UltraSystems
$28,020
$28,020
TOTAL FEES
$291,980
$3,379
$295,359
"The VA Team's Fee Rates will be valid through the end of 2010.
CADocwne is arM seWngsW mnLLa Senings\Tegp ry Inle FYeS%0LN361PR0P- Cmt- REV.d=
!
1
A
l0
11
tt
1!
44
1$
1!
it
to
t9
d5
21
U
J� N TING INC.
E
V ENGINEERS INEERS PLANNERS SURVEYORS
17001 L l R1oad .la 82614
PMn (949)A74.400 FaxJ 99)26l883
1'IINpll:1'INC
.Jamboree Road Improvements (Bristol Street North to Fairchild Road)
City of Newport Beach
FEES AND EXPENSES ESTIMATE
4 Pf 9 G*°0
nFe 2 NyS °iyq. .'L 4.:dan• ...n:53"!.(a... "b ,Ftmeatev
a1
Rs'N
+. raw
J.nhra Yv
8 AS
Prchrr`w
V
Sfhrsb
854'9
./.brat}'
:. PELY
;hnv
lBPB!t
. hrsev
OE
tp hrs
•'i Ins,
WIDESNE
1his4i
k58MAV9
pb
lelerea1W
vbrt'r <i'hrsi
Agstc9h'
%O:TeIaIW;ryf
able "?;.5'tEa
4a4r
r^"v8UB9*=
-pm..,
-.5.•
•$ _
}
Background Research; Data Collection. and Field Visit.
_
_
_
10
14
14
1
39.0
$5.025
5101
Utlllties Coordination Assistance and Utility Base Map
t6
20
1
41.0
$5,109
$102
Design Surve
8
14
a
S6
06.0
$15.324
J306
Gootachnlcal.Investigation
2
4
4
10.0
$1.422
$20
$17,502
RI htof -Wa Engineering 10Legal Descriptions)
6
66
92
i
169.0
$20;057
U17
$5,000
Conceptual Plan
1
4
12'
16
24
24
1
81.0
$10;8)]
'$216
Environmental Documents
1
R
0
8
_
_
4
1
210
'$3R40
$65
$20;020
Roadway Plans (Inc. Title, Details.' Storm D4aln R61oc:).
4
--
8
-
24
-n --
40
U,
32
2
17410
$22494
5150
Deeib Cross Sections
2
_
12
16
_
_
0
32.0
54;044
$Bf
RolaInIng Wall Structural Calculations and Plane
L
2
1
24
16
1
A3o
$5,555
Sill
Slam., and SWPIng Plane
1
_
e
10
14
2
.3,1d
54.202
$IN
Traffic Si mt MOdlfcatlons Plan
2
'20
32
40
1
83.0
$11,03
$233
Traffic Control Plana
4
10
3
3S
24
]B;0
59,030
$192
Landecap, and Irrigation Plana
2
2
4
8
_
_
1
_
15.0
51,059
S39
$20.500
Special Provisions
2
t0
0
12
12
4
40.0
56410
$120
Duanflty and Cost'Es9mates
1
2
4
0
12.
4
t
32.0
54(056.
$01
Project Management and MostIngs
12'
0
at
81.0
512,3,17
5247
City of ImIne Coordination
I
8
t0
66
4
Soo
$14;296
$132
ROW A Yaiaal SeMCea
4
8
4.0
I $1,564 1
$31
321.000
ROW Acquisition. Services
4
0
1210
$1.504
$31
$23,300
Bid Phase Support
2
4
12
6
8
2
36.0.
51;892
$95
Construction Phase: SupporIVRecord Drawings
2
4
40
a
18'
2
73,0'
:$9,504
S199
Total. ra
30
110
70
281'
24'
1W
14
970
'140'
'110
100
35
56
1306
RMe, SDP 3}✓ ?:!!'!Fm : ,w w,
S1173 -f,
9$160
- '$358:1
;v4147r
;,yS13)d::
77IS132 ^'
:5130 ". "'
-: tT2ea'e3111t
"T$ 11 Dix.
1.1 S95
' 308".:-
85205` -.;
VA Deslpn Feae
Rdmb..Ak. eellmeb
SubCOnaallanY
$6.574
519;234
$13:,00
511;301
$3,288
519.00
$1,820
$28.740
$4,00
$12,100
$9.500
S1;725
511.400
$116,858
$115.322
!3,319
.$150,650
TOTAL FEES
5295,359
xavwev�. w�e.a�uwnnmwn.ryyrmn�rsuvmMra���
,M1p
Jamboree Road Improvements September 4, 2008
City fo Newport Beach, California Proposal No. S-6831
TABLE 1 - BREAKDOWN OF FEE
PROJECT COORDINATION AND BACKGROUND REVIEW
Principal Engineer /Geologist/Environmental Scientist
2 hours @
$ 154.00 /hour $
308.00
Project Engineer /Geologist/Environmental Scientist
4 hours @
$ 142.00 /hour $
568.00
Senior Staff Engineer /Geologist/Environmental Scientist
4 hours @
$ 128.00 /hour $,
512.00
Subtotal
3,100.00
$
1,388.00
SITE RECONNAISSANCE, BORING MARKOUT AND PERMIT ACQUISITION
Senior Staff Engineer /Geologist/Environmental Scientist 4 hours @ $ 128.00 /hour $ 512.00 j
Field Vehicle Usage 4 hours @ $ 12.00 /hour $ 48.00
Subtotal $ 560.00
(Based on 4 borings up to.approximately 50 feet deep)
Senior Staff Engineer /Geologist7Environmental Scientist
10 hours @
$
128.00
/hour
$
1,280.00
Drill Rig (Subcontractor)
10 hours @
$
310.00
/hour
$
3,100.00
Traffic Control (Subcontractor)
10 hours @
$
100.00
/hour
$
1,000.00
Field Vehicle Usage
10 hours @
$
12.00
/hour
$
120,00
Miscellaneous Supplies
Lump Sum
$
100.00
Subtotal
3,240.00
$
5,600.00
LABORATORY ANALYSES
Tests to include moisture and dry density, gradation, consolidation, direct shear, R -value
and soil corrosivity. $ 2,630.00
Subtotal $ 2,630.00
DATA COMPILATION AND ANALYSIS
Principal Engineer /Geologist/Environmental Scientist 4 hours @ $ 154.00 /hour $ 616.00
Project Engineer /Geologist/Environmental Scientist 10 hours @ $ 142.00 /hour $ 1,420.00
Senior Staff Engineer /Geologist/Environmental Scientist 16 hours @ $ 128.00 /hour $ 2,048.00
Subtotal $ 4,084.00
i REPORT PREPARATION I
Principal Engineer /Geologist/Environmental Scientist
2 hours @
$
154.00
/hour
$
308.00
Project Engineer /Geologist/Environmental Scientist
16 hours @
$
142.00
/hour
$
2,272.00
Technical Illustrator /CAD Operator
4 hours @
$
78.00
/hour
$
312.00
Data Processing, Technical Editing, or Reproduction
6 hours @
$
58.00
/hour
$
348.00
Subtotal
$
3,240.00
TOTAL FEE $ 17,502.00
Sfi31 fax *WY - !_ Qr%
R/W Project Fee
Appraisals are billed as a fixed fee but the balance of the project fees will be billed each month on
an hourly basis based on the total anticipated budget. Our services fees are based on the appraisal
and partial acquisition of a total of 4 separate properties. As properties are added or deleted, the
total project fee will have to be adjusted. Similarly, if the project is terminated or negotiations are
extended, we ask to modify the budget either up or down.
Seri ice Category
Professional Seri-lees Fee
Project Planning &Management
$4,500
Appraisal Services (vendor /subcontractor)
$17,000
4 at $4,250 each
Acquisition Services
$22,800
4 at $5,000 each, + title clearance at $750 each
TOTAL
$44,300
Our services will be billed based on the firms' standard 2008 hourly rates; these rates will be held
constant through 2010. The anticipated staff and their billing categories are as follows:
Ray Armstrong: Principal
Daniela Borbe Sr. Consultant
Susan Hebert Project Support
Principal $185.00 per hour
Principal Consultant / Director $165.00 per hour
Senior Project Manager $135.00 per hour
Project Manager $125.00 per hour
Senior Acquisition/Relocation Consultant $115.00 per hour
Acquisition /Relocation Consultant/Analyst $ 105.00 per hour
Real Estate Technician/Escrow Officer/Project Support $ 73.00 per hour
Secretarial/Clerical $ 45.00 per hour
Page 6
�O
N LI V F S
OISSWE AtUMMRE
AND PLANNING
SHORT FORM AGREEMENT
To: Jeff Wilkerson
V A Consulting
Pursuant to: meeting on
[]Original QRevi
Date: October 2, 2008
Project: Jamboree Widening
Project #:
with:
We propose that N(MS shall perform the following professional landscape architectural services:
Scope Descriptor Fixed
Hourly
Fee
Site/Project Orientation
©
❑
$ 1,700
Landscape PSRE
[./�
❑
$ 15,200
Desiun Team/Govt Coord Allowance
❑
©
$ 2,300
Services During 131WConsiruction Allowance -
❑
❑✓
$ 1,300
❑
❑
$
❑
❑
$
❑y
1:1
$
U
❑
$
❑
❑
$ .
❑
❑
$
❑
❑
$
❑
El
$
❑
❑
$
Direct Project Expenses Albmnce*
$
Total Professional Services Fee $ 20,500
�D
Wiled
All Other ite m and wrlditions of said Agleelrtent are provided on the bads for veremnoe and are made a part of this
Agreement bmaltim the Agreement represents fife entire Agreement between Chard and NWIS relative bD the
project and the slated Saope of'SerAom Tft Agreement s ipemBdes all prior negotiations, either wattsE or oral.
Please execubr concurrence and retum a copir for otw flies.
NWIS Authorized signature to bind agreement:
Leslee A Temple, FASLA
Vice President/CFO
3151 Airway Avenue, Suite 1 -3
Costa Mesa. C 92626
O ]16.]54.]311
O'
714.754.7346
O nuvis- cm0nuvis.net
O www.nuvis.net
Print Name:
Title:
Date:
City f Newport Beach Y ,c , .5
ty P ULU iZb �t�uT.
Cost /Price Proposal Matrix - Mitigated. Negative Declaration "' "
Major TaSkffask Sti.'flffintl Allocation (Ilburs) Costs, (S)
Majnr7nak 1.0; Coordination
'rack 1.1: Pro,iw Kick- off Meeting 4 S 660
Task 1.2: Ongoing Consubanon 8 'S I. ,320
Mnjor Task 2.0: Initial Study
Task 2:1: Preparation oflailinl Study 8 1 10 X44 6 $ lr 780
Task2.2: Idetuification of Responsible and Tmslee Agencies 2 1 $ 255
Task 2.3: Consultation with Responsible and Trustee Ap-encies 4 2 1 $ 510
Task 2;4: Prepare Diologiwl Resources Technical Repun. 4 4 56 .S 6,240
Major Task 3.0: Mitigated. Negative Declaration
Task Docnnenl Preparation 6 10 20 16 S 5,040
Task 3:2; Notice of Intent to Adopt and NQA. 2 I S 255.
Task 3,3: Docnmeal C uhtion. 2 2 S 330
Task 3.4: Demount 3ievisim+s 8 G 1 4 $ ZInO
Major Task 4.0; CEQA Processing Support Services.
Task 4.1: CRQA Documents Distribution 2 2 S .1.500 S .1.830
Task 4.2: Posting will Connty Clcrk 2.. 2 $ 75 $ 105
Task 4.7: Rcprograpluc Support Services" 2 2 S 1.375 $ 1,705
Task 4.4; Other Direct Costs 1 2 1 1 $ 200' S 530
TOTAL 11OURS. BUDGETED Ili 401 41 201 1421 38 S 3,15o I S - S 28,020
,; 9 �
. e ro i11 cB0F8 wn 6 tn1 t t tvl Edon t n® 11 ry 1 "'9g I ct rat 7 0 Date
�.� tXs M�!''",+M">{.ialst J`FF ttr pffay. rF..,{ rr- ky•ya1.1,yY`�},i.'SC- ru�ow.0 ., .s, r$lne Idtiv "', 7" -..'pi _r �y 'r .r' ,nS 'yy fie„ Srri I ,�` 7' +e�;�
- N 1' ��L tCp'r d t%1'S ,f�� 4hPYaIAT'Iflna QCr /F nQInCCY {S<CII 91rj qIF. r^Y-0 f y3 /h dl
LSttenicheck lnrOelSNlly /ChacAhsUMND,,1 k i. 'm,' +6- '�,IS f: 'iS25p's., y'F V�"yg7500 M''1+F 1s' §,D'5enlorilnnner y'�' SIDS Rioirr
2. brtitl 'WhaIBNdY /CNetkl+st/MNDI''r` „v 7#'�'F� -1��(� u'r.�.sre' t 25 ti $251�'us ��s�625'OOrs ���a wr °r;(� Fr Assoclefc:Planncr /DI Ittlslt� 5'r 1'� +/590 /Ilnor "'
2. Frnnl(n+hfll +SWdyYCllcckbsUMND' xtV.'r �dn f r 115 " s S25c w:,y +m4tk�r 3'/5:00'�s- G1 e n >F WoidProeesslnn Supnbrl'rt w 1 S75 None
TdTALA40UN7 z Otbcf,fdrer c t Co9t9 �iti s x
ter. + rscda w'-' 4T:t�"7' ,,'�' i�Fl4Subeonsultant CosB�j er Ir`°
YS th+ r+'�I r<ae ✓';.ysrKVf s'"rt'kj',n'�i'4:1
ubfo ;a
u15talnJi�hr''I <si��l rk1Il ✓'s Kfr�
E:% MaActingIPmpesals \P2008IPuUlic%Na On BvechVamUmee noa4 Wl4eni.,%UhraSystemalN8 Coil P,.pbsalj93&OB),di
California Secretary of State - California Business Search - Corporation Search Results Page 1 of 1
id Business Search lk
Corporations
F777- 7ITIESS �
T T AR[Nfr`FS.B iatlsfUM OTHER SERVI €ES.
r
The information displayed here is current as of "OCT 03, 2008" and is
updated weekly. It is not a complete or certified record of the Corporation.
Corporation
VA CONSULTING, INC.
Number: C0676075
Date Filed: 3/5/1973
Status: active
Jurisdiction: California
Address
17801 CARTWRIGHT ROAD
IRVINE, CA 92614
Agent for Service of Process
MAX P VAHID
17801 CARTWRIGHT ROAD
IRVINE, CA 92614
Printei Friendly ,
New-Search
For information about certification of corporate records or for additional
corporate information, please refer to Corporate Records.
Blank fields indicate the information is not contained in the computer
file.
If the status of the corporation is "Surrender ", the agent for service of
process is automatically revoked. Please refer to California
Corporations Code Section 2114 for information relating to service
upon corporations that have surrendered.
Copyright 6D2001 California Secretary of State. Privacy Statement.
do
httn: /e'kenler.sos.ca. eov /corndata/ShowAll List ?OuervCornNuntber - 00676075 10/10/2008
City of Newport Beach NO. BA- 09BA -019
BUDGET AMENDMENT
2008 -09 AMOUNT: $250,000.00
EFFECT ON BUDGETARY FUND BALANCE:
X Increase Revenue Estimates Increase in Budgetary Fund Balance
X Increase Expenditure Appropriations AND A Decrease in Budgetary Fund Balance
Transfer Budget Appropriations X No effect on Budgetary Fund Balance
SOURCE:
from existing budget appropriations
X from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To increase revenue estimates and expenditure appropriations to recognize additional Measure M GMA funds from
Orange County Transportation Authority for the Jamboree Road Improvements project.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
REVENUE ESTIMATES (3601)
Fund /Division Account
284 4861
EXPENDITURE APPROPRIATIONS (3603)
Description
Description
Measure M Competitive
Division Number
Account Number
Signed:
Signed
Signed:
Amount
Debit Credit
$250,000.00
$250,000.00
Automatic System Entry.
le� - 2 7J d"
Date
O LZ O g
Dat
City Council Approval: City Clerk Date
Description
Division
Number
7284 Measure M Competitive
Account
Number
C2002019 Jamboree Rd Improvements Bristol /Frc
Division
Number
Account
Number
Division
Number
Account
Number
Division Number
Account Number
Signed:
Signed
Signed:
Amount
Debit Credit
$250,000.00
$250,000.00
Automatic System Entry.
le� - 2 7J d"
Date
O LZ O g
Dat
City Council Approval: City Clerk Date