HomeMy WebLinkAboutC-3681 - Amendment No. 1 to PSA for Newport Boulevard/Hospital Road Right Turn ModificationsAMENDMENT NO. 1 TO
PROFESSIONAL SERVICES AGREEMENT
WITH W.G. ZIMMERMAN ENGINEERING INC.
FOR NEWPORT BOULEVARD /HOSPITAL ROAD
RIGHT TURN MODIFICATIONS
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this � day of 2004, by
and between the City of Newport Beach, a municipal corporation, (hereinafter referred
to as "CITY ") and W.G. Zimmerman Engineering Inc., whose address is 801 Pacific
Coast Highway, Suite 200, Seal Beach, California 90740, (hereinafter referred to as
"Consultant "), is made with reference to the following:
RECITALS:
A. On September 2, 2003, CITY and CONSULTANT entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT", for design
services for the Newport Boulevard /Hospital Road Right Turn Modifications Project,
hereinafter referred to as "PROJECT."
B. CITY desires to enter into this AMENDMENT NO. 1 to reflect
additional services to be provided that were not included in the original AGREEMENT,
and to extend the term of the AGREEMENT to January 31, 2005. These additional
services include performing a biological and cultural assessment of the project, as
requested by Caltrans District 12, in the amount of $7,364.00.
C. CITY desires to compensate CONSULTANT for these additional
professional services needed for PROJECT.
D. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 1," as provided below.
NOW, THEREFORE, the parties hereto agree as follows:
1. CONSULTANT shall be compensated for services performed
pursuant to this AMENDMENT NO. 1 according to "Exhibit A" dated December 23,
2003, and attached hereto.
2. Total additional compensation to CONSULTANT for services
performed pursuant to this AMENDMENT NO. 1 shall not exceed Seven Thousand,
Three Hundred Sixty Four and 00/100 Dollars ($7,364.00).
2005.
3. The term of the AGREEMENT shall be extended to January 31,
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT
NO. 1 on the date first above written.
APPROVED AS TO FORM:
6x�x.c t' i
City Attorney
CITY OF NEWPORT BEACH,
A municipal corporation
BY:
Tod Ridgeway
Mayor
W.G. Zimmerman Engineering Inc.
BY:
Print Name: 3 t << / t nit yner rnc2,.
f: \users \pbw\shared\agreements \fy 03- 04\zimmerman- hospital- amend -1.doc
• EXHIBIT A 0
Newport Boulevard Right Turn Lane
Biological and Cultural Assessment Proposal
December 23, 2003
Rich Edmonston
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Attention: Mr. Bob Stein
Subject: Proposal for Biological and Cultural Assessment Services — Newport Boulevard Right
Turn Lane Modifications
Dear Mr. Edmonston:
W. G. Zimmerman Engineering is forwarding our cost proposal to perform the biological and
cultural assessment for Newport Boulevard Right Turn Modifications. This assessment was
requested by Caltrans District 12 for the project since Newport Boulevard is under State
jurisdiction. UltraSystems was selected because their firm is familiar with Caltrans procedures and
processes. UltraSystems Scope of Services and fees is attached for review.
FEE SUMMARY
The total fees for the Biological and Cultural Assessment includes management time for W.G.
Zimmerman Engineering to coordinate this effort with Caltrans. UltraSystems fees are direct costs.
Task . Total Fee
Biological Survey $ 3,940
Cultural/Historic Analysis $ 2,864
Project Management/Coordination $ 560
TOTAL $ 7,364
If you have any questions or comments on our proposal, please contact me or Ron Brust at your
earliest convenience.
Sincerely,
W. G. Zimmerman Engineering, Inc.
Bill Zi e an, P.E
President
Cc: Steve Luy, City of Newport Beach
Ron Brust, Project Manager — WGZE
Project File
W. G. ZI@1MERMAN
ENGINEERING INC.
0
Newport Boulevard Right Turn Lane
Biological and Cultural Assessment Proposal
SCHEDULE OF BILLING RATES
Billint Rate Schedule
Classification
Principal
Senior Project Manager (Registered)
Project Manager (Registered)
Senior Project Engineer (Registered)
Project Engineer
Senior Associate Engineer
Associate Engineer
CADD Manager /Senior Designer
CADD /Technician
Administration/Office Support
Non -Labor Expenses
Mileage (local)
Printing
Reproduction (Bluelines)
Other Expenses
Rate
$140.00/Hr
$140.00/Hr
$120.00/Hr
$110.00/Hr
$ 95.00/Hr
$ 85.00/Hr
$ 80.00/Hr
$ 90.00/Hr
$ 75.00/Hr
$ 55.00/Hr
$0.36 per Mile
@ Cost
@ Cost
Costs plus 10%
•
UltraSystems
environmental I management I planning
December 15, 2003
Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc.
801 Pacific Coast Highway, Ste. 200
Seal Beach, CA 90740
Dear Mr. Warren:
Thank you for inviting our work scope and cost proposal for completing the biological study and Section
106 review of Newport Boulevard Right -Tum Lane Addition at Hospital Road in Newport Beach,
California. As we discussed, the biological and cultural/historic reviews will need to be prepared in
compliance with the California Department of Transportation (Caltrans) requirements. We propose the
use of our biologist, Ms. Jennifer Weiland, to conduct the biological study. We also propose the use of
Ms. Sherri Gust, Registered Professional Archaeologist, to serve as principal investigator for the Section
106.
Project Description
The proposed project is located in the City of Newport Beach, California at the northwest comer of
Newport Boulevard and Hospital Road and involves an area approximately 20 meters wide by 240 meters
long consisting of the area from the Newport Boulevard southbound traffic lane to the Caltrans west right -
of -way line and from 5 meters north of the centerline of Hospital Road to 240 meters northerly.
The, project consists of widening Newport Boulevard to provide for a 4.3 meter southbound right -rum
lane (with curb and gutter) and a 5.9 meter graded parkway area which requires the deep drainage area on
the west side of Newport Boulevard to be graded with a fill slope for most of the area along with a small
amount of cut slope at the southerly end near Hospital Road and along the Caltrans right -of -way line.
The existing concrete ditch and reinforced concrete pipe (RCP) drain pipe -in the deep drainage area will
be realigned and reconstructed to provide for drainage at the bottle of the new fill and cut slopes. The
regarded area will be hydroseeded at the end of the project to provide for slope stability and erosion
control. Additionally, the curb return and traffic signals at the northwest comer of Newport Boulevard
and Hospital Road will be reconstructed to provide for the widened right -tum lane.
The area to receive biological and cultural/historical analyses is approximately 700 feet x 90 feet in size
on the west side of Newport Boulevard, adjacent to the existing roadway.
Background — Biological
UltraSystems Environmental Incorporated is a woman-owned business enterprise and a California
corporation offering a wide range of environmental consulting services. The firm has been in business for
over 8 years and is fully licensed to conduct business in the State of California. UltraSystems is a full -
service, planning and environmental consulting firm, serving both public and private sector clients
throughout southern California. UltraSystems utilizes a broad range of experience with residential,
commercial, industrial, institutional, and infrastructure- related projects to prepare legally defensible
studies in full compliance with the California Environmental Quality Act (CEQA), the National
Environmental Policy Act (NEPA), and their implementing guidelines. UltraSystems has conducted
numerous biological assessments within the project site area. As a result of that experience,
100 Pacifica, Suite 250, Irvine, CA 92618
949/788 -4900 'Fax 949/788 -4901 - '
Nvww. ultrasystems. corn
•
Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc.
December 15, 2003
Page 2
r
UltraSystems' biologists are aware of the unique resource diversity within the general project area, and
can provide the City of Newport Beach with accredited biologists specialized in the requisite area of
expertise.
Scone of Services - Biological
The scope of services follows the suggested procedures found in Caltrans Local Assistance Procedures
Manual and consists of:
1. Conducting a biological survey to determine the existence or potential existence of rare, threatened,
and endangered species (i.e., plants);
2. Recommend mitigation measures (if necessary) and;
3. Preparing a biological assessment of the project site per Caltrans standards and requirements.
Biological Survey and Report Preparation for Project Site
Task 1: Review of Existing Information
Available, potentially relevant biological resource information will be reviewed before the field work is
conducted. This will include the following as provided by the City of Newport Beach: the project
description, project design and project footprint maps, previously prepared site reports, information on
site history, and local planning documents. We will provide and review relevant resource references and
databases (e.g., available soils maps, the California Natural Diversity Data Base data; California Native
Plant Society Electronic Inventory data, our own library and files, etc.), as well as applicable information
on laws and regulations and background information on biological resources.
Task 2: General Field Evaluation for Biological Assessment
After reviewing relevant information, the site will be evaluated (one rime), with a thorough walk -over
covering all portions relevant to potential biological constraints. The visit will consist of a general
biological survey to determine the existence or potential existence of rare, threatened, and endangered
species. Detailed field notes will be 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. Our field biologist will also briefly examine adjacent areas.
Task 3: Biological Assessment Report
The report will be a single document with mapping of the general location and site vegetation
communities for the site. The project site area will be addressed sequentially within the various headings
of the report. Methods and results for each task will be provided. Observations of the physical setting,
conditions and disturbance factors, as well as plant, and habitat resources will be summarized. The
regulatory context of the project will be evaluated with regard to all existing biological resource laws,
regulations and court precedent, including the California Environmental Quality Act (CEQA). Direct,
indirect, and within- project cumulative effects will be evaluated. All plant 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
0 0
Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc.
December 15, 2003
Page 3
constraint. 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. We will provide recommendations (if necessary) for mitigation measures or further work to,
clarify relevant issues. 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. We
will provide comprehensive floral lists covering all species expected to occur on the project site.
Any constraints to the project posed by biological resource laws and regulations will be summarized, and
brief general conclusions and recommendations will be provided. Recommendations will include
bulleted lists for any further actions and mitigation measures. We will provide up to two copies of the
final reports, including any maps (as rendered).
The Cost Estimate includes budget sufficient for one thorough revision to a draft of the report. We have
also included one project update by telephone, fax or e -mail, which will normally be provided shortly
after the field evaluation. Conclusions and interpretations cannot normally be provided while the analysis
is ongoing; the draft report will be provided as soon as such work is finished.
Required Materials
The following materials (if available) must be provided to us in order that we can fulfill the scope of
work:
• An accurate, detailed written description of the project, including location and boundaries; the
greater the detail, the more specific and clear the analysis can be, decreasing the likelihood that
the report will be inaccurate or delayed due to repeated revisions.
• 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 all relevant prior environmental documents including any general or specific plans,
which must be considered, and any previously prepared biology reports 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. We cannot take responsibility for any
cost and/or schedule overruns due to problems arising from our inability to access the site.
• Written authorization by the City of Newport Beach to proceed under the terms of this proposal.
UltraSystems Assigned Kev Personnel
Based on the importance of the project and the technical nature of this work effort, U1traSystems has
assembled a team of professionals who will participate in the successful completion of this work program.
Presented below is an overview of U1traSystems' biological team:
0 0
Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc.
December 15, 2003
Page 4
• Kendall Jue - will serve as Project Manager and will oversee all aspects of this work effort.
Mr. Jue brings to the City of Newport Beach an extensive background in environmental analysis
and project management, including numerous environmental documents prepared in compliance
with Caltrans environmental requirements.
• Jennifer Weiland - will serve as the Lead Biologist. Ms. Weiland possesses years of experience
in the fields of field surveys of animal and plant populations, sampling, data acquisition,
management, analysis and report writing, Ms. Weiland is experienced with CEQA and NEPA
regulatory permitting and environmental documentation.
Project Schedule
All literature research will be completed upon commencement of the project, and a draft report will be
submitted within 30 days following completion of the project site inspection. Should a more accelerated
schedule be required, U1traSystems' assigned biologist can inspect the project site within two weeks of
our receipt of the City of Newport Beach's final Notice to Proceed.
Resource Estimate
Based on that scope of services outlined in this technical proposal, the total estimated not -to- exceed fee to
conduct the biological assessment is $3,940.
Table 1
ITEMIZED COST PROPOSAL MATRIX. .
'niS$ IOLOGICAL
�;!'.
Biological Assessment
Cost
Task 1: Review of existing information (8 hrs x $75/ per hour)
$600
Task 2: General Field Evaluation for Biological Assessment (4 hrs x $75/ per hr. )
$300
Task 3: Preparation of Biological Assessment Report (24 hrs x $751 per hr.)
$1,800
Task 4: Project Management (8 hrs x $115/ per hr. )
$920
Direct Costs
Mileage (2 trip x 25 miles @.40/ per mile)
$20
Office costs (report materials, map preparation, photocopying, faxing, materials,
etc.)
$300
TOTAL PROJECT COST
$3,940
Note: This fee includes review of the CNDDB and other relevant project documentation, site inspection,
report preparation, and all mileage and incidental expenditures associated with this assignment.
For the purpose of this proposal, we have assumed that the City of Newport Beach will provide all
necessary base maps, any informational reports within the possession of the City relative to the project
site, and any information (e.g., previous environmental studies) conducted within the general project area.
Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc.
December 15, 2003
Page 5
Background — Cultural and Historical Resources
For this important task, UltraSystems has selected Cogstone Resource Management Inc. to complete the
Phase I Resource Assessment Survey and prepare the Section 106 documentation. Cogstone is a small,
women -owned business specializing in archaeological and paleontological resource consulting. The two
principals own and operate the company. They personally manage all company projects. With a
combined total of 35 years of experience in local/CEQA/NEPA mitigation of effects on archaeological
and paleontological resources, the principals are well qualified to address a wide variety of field situations
with practical solutions.
Cogstone provides highly qualified personnel to perform reconnaissance, assessment, monitoring,
analysis and reporting on archaeological and paleontological resources. It has strong connections to the
local museum and university communities giving it the flexibility to augment its staff with specialists
when required.
Scope of Services — Preparation of Section 106 Documentation
Analysis of the Section 106 of the National Historic Preservation Act and its implementing regulations at
36 CFR Part 800, will also consider the most recent revisions to CEQA and the CEQA Guidelines, and
any updated legislation and policies regarding Native American coordination. Section 106 requires the
evaluation of built environment structures, including roadways. The evaluation would consist of a surface
examination and review of any documents relating to the structure. This proposal assumes the City of
Newport Beach would share any documentation they have on the previous use, dates of construction, or
materials and methods used for construction.
The literature review and record searches will determine the existence of previously recorded cultural and
paleontological resources within the project boundaries plus a quarter mile to each side. Records will be
searched at California State University, Fullerton. The Central Coastal Information Center holds the
records for historic structures and archaeology.
The surface examination will locate all visible cultural resources, as well as locate exposed
paleontological resources. If any previously unrecorded archaeological sites is encountered, we would
submit a detailed and specific proposal for recording those sites.
The report will include the results of the record search and literature review, the surface examination and
an evaluation of the significance of the proposed project area. In addition, management recommendations
and any necessary mitigation measures will be provided. Maps and other pertinent documentation will be
appended.
Cogstone Assigned Key Personnel
Sherri Gust, Registered Professional Archaeologist and Qualified Paleontologist will serve as the
Principal Investigator for this project. Ms. Gust is the managing principal of Cogstone Resource
Management Inc. and supervises all paleontology /archaeology projects. Ms. Gust conducts the
assessments and analysis, oversees writing of the proposals and reports, and handles all bone
identification. In addition, Ms. Gust manages all daily operations, budgeting and business development at
Cogstone RMI.
Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc.
December 15, 2003
Page 6
Resource Estimate
Based on the scope of services outlined in this technical proposal, the estimated total not -to- exceeded fee
for the cultural resource assessment and preparation of the Section 106 documentation is $2,864.
Table 2
ITEMIZED COST PROPOSAL MATRIX
tULTURAI: MST-ORICAL ANALYSIS
Section 106 Documentation
Cost
Task 1: Record Search/Literature Review (4 hrs x $75 /per hr.)
- Information Center fees (estimated)
$300
$200
Task 2: Surface Examination incl. travel time (4 hrs x $75/ per hr.)
$300
Task 3: Report Preparation (16 hrs x $75/ per hr.)
$1,200
Maps and Graphics (4 hrs x $50/ per hr.)
$200
Clerical 4 hrs x S49/ per hr.
$160
Task 4: UEI Project Management (4 hrs x $115/ per hr.)
$460
Direct Costs
Mileage (60 miles @ .40/ per mile)
$24
Miscellaneous Expenses — Photo a h ,Copies
$20
TOTAL PROJECT COST
$2,864
Contingencies:
1. Meetings and response to comments, if any, wilt be billed at 575 /per hour.
2. Recording sites if any are located.
Total Fee
The total fee for this project is: $3,940 + $2,864 = 56,804.
Should you have any questions concerning this proposal, feel free to contact me at your earliest
opportunity.
Sincerely,
Betsy A. Lindsay
President/CEO
0
FEB 2 0 7004
pub::� cjccpa cnt
0
DATE (MMIDWYY)
9AC R TY 3/5/04
PRODUCER
THIS CERTIFICATE IS ISSUEDA" MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Robert Ludlow 6 Assoc.
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
17220-Newhope St., Ste. 215
COMPANIES AFFORDING COVERAGE
Fomt*in Valley, CA92708
COMPANY
A CNA
INSURED
COMPANY
W.6146immerman Engineering
B Lincoln General
801 Pacific Coast Hwy., #200
Seal Beach, CA 90740
1"COMP—ANY
C Continental Casualty
COMPANY
D
'0111
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I
CO j
POLICY
TYPE OF INSURANCE =DATE
NE
POL ICY EFFECT
POLICY POLICY EXPIRATION LIMITS
(MWDWM DATE (MWDD1YY)
GENERAL LIABILITY
GENERAL AGGREGATE
$ 2,000,.000
A
COMMERCIAL GENERAL LIABILITY
commuv.
PRoDucTs - oompiop AGG I
$2 000,000
-
'7TT1 CLAIMS MADE X! OCCUR: 2026582228
6/3/.03 6/3/04
PERSONAL & A INJURY
D' FIR
$
OWNER-S&CONTRACTORSPROT1
�E
C
$1,000,000
_SICHOCQURREN
FIRE DAM one fire)
I$ loot-poo
EXP son) I$
10,000
AUTOMOBILE LIABILITY
_MED
B
ANY AUTO
222167A
12/20/0311 12/20/04
COMBINED SINGLE LIMIT
$
0001_
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per Person)
_10-00
$
HIRED AUTOS
NON -OWNEDAUTOS
BODILY INJURY
(Per awdw)
$
PROPERTY DAMAGE
$
GARAGE LIABILITY
I ] ANY AUTO
$
.. OTHER THAN AUTOONLV:
EACH ACCIDENT
$
IAGGREGATE
$
EXCESS UA131UTY
EACH OCCURRENCE
UMBRELLA FORM
�-7..
OTHER THAN UMBRELLA FORM
$
$
WORKERS COMPENSATION AND
EMPLOYEgS' LIABILITY
Wu
TORY LIMITS
I LER
EL EACH ACCIDENT $
THE PROPRIETOR/
PARTNERS/EXECUTIVE CL IN
EL DISEASE - POLICY LIMIT $
EL DISEASE - EA EMPLOYEE
OFFICERS ARE, I EXCLI
OTHER
Professional 1 25 406 73 32
6/26/03 6/26/04
$2,000,000 Per Claim
Liability 1,
2,000,000 Aggregate
DESCRIPTION OF OPERATIONSOLOCATIONSNEHr-LgSSPECIAL ITEMS
Except for Non-payment of Premium
Wherein 10 Days Applies
"10-04. R
. . .... .. ....
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Newport Beach
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
Public Works Dept.
If) DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
P 0 Box 1768
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Newport Beach, CA 92658-8915
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHOR IEPR NTATIVE
M"M
0
0
POLICY NUMBER: 202658228 Zimmerman Engineering
0
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
°., -Aii�A bNAL INSUR — OWNERS, LESSEES Oft
CONTRACTORS (FORM B) a,
This endorsernentwnbdiffet,insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
City of Newport Beach, its Officers, Agents All Operations
Officials, Employees & Volunteers
Public Works Dept.
P 0 Box 1768
Newport Beach, CA 92658 -8915
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of 'your work" for that insured by or for you.
It is agreed that such Insurance as is afforded by this policy
the benefit of the Additional Insureds) shown above shall be
Primary Insurance, but only as respects claims, loss of liability
arising out of the operation of the Named Insured, his subcon-
tractors or sub - contractors or materialmen, or suppliers, and any
Insurance maintained by the Additional Insured(s) shall be non-
contributing.
CG 2010 1185 Copyright, Insurance Services Office, Inc., 1984 ❑
-RECEivF -
MAR 9 2004
°'U&UC WOW DEPARTMENT
"WYCFAF
Q WPWBFACm
0
0
1*I12R.10.2004 10:13'4m SW COI'P INS . NO. 307 P.1 /1
BROKER COPY
STATE P.O.13OX 420807, SAN FRANCOCO, CA 94142 -0807
Cc"RENS^TION
IN fU "AN C0
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE; 03 -10 -2004 GROUP:
P061CY NUMBER: 154719x•2004
CERTIFICATE ID: 29
CERTIFICATE EXPIRES: 03- 01.2005
0� -01- x004 /OS- D7.200s
CITY OF NEWPORT BRACH
PUBLIC WORKS DEPT.
PO BOX 1160
NEWPORT BEACH CA 92650 _
This is to certify that we have Issued a valid Worker s Compensation insurance policy in 4 form approved by the California
Insurance Commissioner to the employer named below for the policy period Indicated.
This policy is not aub)ect to cancellation by the Fund except upon 30 days advance written popoe to the employer.
We will also give you 30 days advance notice should this policy be cancelled prior to, its normgl &*plrebon.
This certificate of insurance Is not an Insurance poky and does not amend, extend or alter the coverage afforded by the
to
A6TNOW2"c0 REPRESENTATIVE
pfteamENT
11011
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSENENT #1600 . WILLIAM G. ZIMMBRMAN - EXCLUDED.
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 03 -01 -2000 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY.
ENDORSEMENT #2570 ENTITLED WAIVER OP SUBROGATION EFFECTIVE 03 -10 -2004 I6
ATTACHED TO AND FORN.S A PART OF THIS POLICY. THIRD PARTY NAME:
CITY OF NEWPORT BEACH
EMP OYC-R
W.G. ZINMERMAN ENGINEERING, INC.
601 PACIFIC COAST HWY # 20C
SEAL BEACH CA 9074[
1:F 10EGE ACCaFl ihl.cWf any T)wa efaxtlwalsmvF 1MtN 2VFFIGULsTATE FUND OOCLMENT'
P AT of 91P�
RECEIVEC;
MAR l � 2004
P'„ �`�Li� 4.45�OHKSOE"i'ARJMI�tt
cwf or- %I8P6F4 KAllI`
Attn: Shauna - City oowport Beach
MAR l
1 Pub,a rc: is per °, nest
pcq
POLICY NUMBER: 22157A
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED
This endarnment modifies insurance provided undo the following,
8USINESS AUTO COVERAGE FORM
SA&W COVERAGE FORM
TRUCKERS COVERAGt FORM
Endorsmwt effective
12/20103 at M. m
Named lowed
Countersigned by
W. Zimmerman En ineerin
WVwInd Riprom"tative)
It is agreed that such Insurance as Is provided by the policy for Auto Liability shall apply to:
City of Newport Beach, Public Works Dept.
P 0 Box 1768, Newport Beach, CA 92658 -8915
as an Addidb" Insured only and sub)ectto the provisions of the "WHO IS AN INSURED" clause in Section
11 of the policy.
0 0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
JAN 2 7 2004
Agenda Item No. 7
January 27, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Steve Luy, Project Engineer
949 - 644 -3311
sluy@city.newport-beach.ca.us
SUBJECT: NEWPORT BOULEVARD(HOSPITAL ROAD RIGHT -TURN
MODIFICATIONS - AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENT WITH W. G. ZIMMERMAN ENGINEERING, INC.
RECOMMENDATION:
Approve Amendment No. 1 to Professional Services Agreement with W.G. Zimmerman
Engineering, Inc., and authorize the Mayor and City Clerk to execute the Amendment.
DISCUSSION:
On September 2, 2003, the Public Works Director approved a Professional Services
Agreement with W.G. Zimmerman Engineering, Inc. (Zimmerman) for $24,110.00 to
provide engineering, geotechnical services, and Caltrans encroachment permit
processing as outlined in the Agreement and scope of services attached hereto as Exhibit
,.A,.
Zimmerman is presently completing final design, and has submitted a proposal to
amend their scope of services to provide a biological and cultural assessment for the
project. The additional services are needed to comply with Caltrans requirements,
because Newport Boulevard is under State jurisdiction. Staff has negotiated
Zimmerman's compensation, which will increase their fee from $24,110.00 to
$31,474.00. Since the increase is more than 25 % of the original contract amount, and
causes the total to exceed $30,000.00, City Council approval is required per Council
Policy F -3. Staff feels the additional $7,364.00 is appropriate for the additional scope of
services that is needed, and recommends Council approval.
Environmental Review:
The design services for this project do not require an environmental review.
Public Notice:
Not applicable at this time.
SUBJECT: Newport Boulik/Hospital Road Right -Turn Modifications — Am*nt No. 1 to Protessionai Services
Agreement with W.G. Zimmerman Engineering, Inc.
January 27, 2004
Page 2
Funding Availabili
Adequate funds are available in the following account:
Account Description
Circulation and Transportation
Prepared by:
�,AZ/
Stephen&Luy
Project Manager
Attachments: Copy of Amendment No. 1
Copy of PSA
Account Number Amount
7261- C5200737 $7,364.00
Submitted by:
In G. Badum
Works Director
•
AMENDMENT NO. 1 TO
PROFESSIONAL SERVICES AGREEMENT
WITH W.G. ZIMMERMAN ENGINEERING INC.
FOR NEWPORT BOULEVARD /HOSPITAL ROAD
RIGHT TURN MODIFICATIONS
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this day of , 2004, by
and between the City of Newport Beach, a municipal corporation, (hereinafter referred
to as "CITY ") and W.G. Zimmerman Engineering Inc., whose address is 801 Pacific
Coast Highway, Suite 200, Seal Beach, California 90740, (hereinafter referred to as
"Consultant"), is made with reference to the following:
RECITALS:
A. On September 2, 2003, CITY and CONSULTANT entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for design
services for the Newport Boulevard /Hospital Road Right Turn Modifications Project,
hereinafter referred to as "PROJECT."
B. CITY desires to enter into this AMENDMENT NO. 1 to reflect
additional services to be provided that were not included in the original AGREEMENT,
and to extend the term of the AGREEMENT to January 31, 2005. These additional
services include performing a biological and cultural assessment of the project, as
requested by Caltrans District 12, in the amount of $7,364.00.
C. CITY desires to compensate CONSULTANT for these additional
professional services needed for PROJECT.
D. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 1," as provided below.
NOW, THEREFORE, the parties hereto agree as follows:
1. CONSULTANT shall be compensated for services performed
pursuant to this AMENDMENT NO. 1 according to "Exhibit A" dated December 23,
2003, and attached hereto.
•
0
2. Total additional compensation to CONSULTANT for services
performed pursuant to this AMENDMENT NO. 1 shall not exceed Seven Thousand,
Three Hundred Sixty Four and 001100 Dollars ($7,364.00).
3. The term of the AGREEMENT shall be extended to January 31,
2005.
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT
NO. 1 on the date first above written.
CITY OF NEWPORT BEACH,
A municipal corporation
BY:
APPROVED AS TO FORM: Tod Ridgeway
Mayor
City Attorney
W.G. Zimmerman Engineering Inc.
Print Name:
f. luserslpbwlsharedlagreementslfy 03- 041zimmerman- hospital - amend -7.doc
0 EXHIBIT A 0
Newport Boulevard Right Turn Lane
Biological and Cultural Assessment Proposal
December 23, 2003
Rich Edmonston
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Attention: Mr. Bob Stein
Subject: Proposal for Biological and Cultural Assessment Services — Newport Boulevard Right
Turn Lane Modifications
Dear Mr. Edmonton:
W. G. Zimmerman Engineering is forwarding our cost proposal to perform the biological and
cultural assessment for Newport Boulevard Right Turn Modifications. This assessment was
requested by Caltrans District 12 for the project since Newport Boulevard is under State
jurisdiction. UltraSystems was selected because their firm is familiar with Caltrans procedures and
processes. UltraSystems Scope of Services and fees is attached for review.
FEE SUMMARY
The total fees for the Biological and Cultural Assessment includes management time for W.G.
Zimmerman Engineering to coordinate this effort with Caltrans. UltraSystems fees are direct costs.
Task , Total Fee
Biological Survey $ . 3,940
Cultural/Historic Analysis $ 2,864
Project Management/Coordination $ 560
TOTAL S 7,364
If you have any questions or comments on our proposal, please contact me or Ron Brust at your
earliest convenience.
Sincerely,
W. G. Zimmerman Engineering, Inc.
Bill Zi e an, P.E
President
Cc: Steve Luy, City of Newport Beach
Ron Brust, Project Manager— WGZE
Project File
W. G.2IMC7ERTIM
•
Newport Boulevard Right Turn Lane
Biological and Cultural Assessment Proposal
SCHEDULE OF BILLING RATES
Billine Rate Schedule
Classification
Rate
Principal
$140.00/Hr
Senior Project Manager (Registered)
$140.00/Hr
Project Manager (Registered)
$120.00/Hr
Senior Project Engineer (Registered)
$I10.00/Hr
Project Engineer
$ 95.00/1-Ir
Senior Associate Engineer
$ 85.00/Hr
Associate Engineer
$ 80.00/Hr
CADD Manager /Senior Designer
$ 90.00/Hr
CADD/Technician
$ 75.00/Hr
Administration/Office Support
$ 55.00/Hr
Non -Labor Expenses
Mileage (local) $0.36 per. Mile
Printing @ Cost
Reproduction (Bluelines) @ Cost
Other Expenses Costs plus 10%
December 15, 2003
Bob A. Warren, Project Manager
W.G. Zimmerman'Engineering, Inc.
801 Pacific Coast Highway, Ste. 200
Seal Beach, CA 90740
Dear Mr. Warren:
0
Thank you for inviting our work scope and cost proposal for completing the biological study and Section
106 review of Newport Boulevard Right -Turn Lane Addition at Hospital Road in Newport Beach,
California. As we discussed, the biological and cultural/historic reviews will need to be prepared in
compliance with the California Department of Transportation (Caltrans) requirements. We propose the
use of our biologist, Ms. Jennifer Weiland, to conduct the biological study. We also propose the use of
Ms. Sherri Gust, Registered Professional Archaeologist, to serve as principal investigator for the Section
106.
Project Description
The proposed project is located in the City of Newport Beach, California at the northwest comer of
Newport Boulevard and Hospital Road and involves an area approximately 20 meters wide by 240 meters
long consisting of the area from the Newport Boulevard southbound traffic lane to the Caltrans west right -
of -way line and from 5 meters north of the centerline of Hospital Road to 240 meters northerly.
The project consists of widening Newport Boulevard to provide for a 4.3 meter southbound right -tum
lane (with curb and gutter) and a 5.9 meter graded parkway area which requires the deep drainage area on
the west side of Newport Boulevard to be graded with a fill slope for most of the area along with a small
amount of cut slope at the southerly end near Hospital Road and along the Caltrans right -of -way line.
The existing concrete ditch and reinforced concrete pipe (RCP) drain pipe in the deep drainage area will
be realigned and reconstructed to provide for drainage at the bottle of the new fill and cut slopes. The
regarded area will be hydroseeded at the end of the project to provide for slope stability and erosion
control. Additionally, the curb return and traffic signals at the northwest comer of Newport Boulevard
and Hospital Road will be reconstructed to provide for the widened right -turn lane.
The area to receive biological and cultural/historical analyses is approximately 700 feet x 90 feet in size
on the west side of Newport Boulevard, adjacent to the existing roadway.
Background — Biological
UltraSystems Environmental Incorporated is a woman -owned business enterprise and a California
corporation offering a wide range of environmental consulting services. The firm has been in business for
over 8 years and is fully licensed to conduct business in the State of California. U1traSystems is a full -
service, planning and environmental consulting firm, serving both public and private sector clients
throughout southern California. U1traSystems utilizes a broad range of experience with residential,
commercial, industrial, institutional, and infrastructure- related projects to prepare legally defensible
studies in full compliance with the California Environmental Quality Act (CEQA), the National
Environmental Policy Act (NEPA), and their implementing guidelines. UltraSystems has conducted
numerous biological assessments within the project site area. As a result of that experience,
}00 Pacifica, Suite 2S0, Irvine, CA 92618
949/788 -4990 Fax 949/788 -4901 -
w : v . v.u1tr55ystems.com -
.Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc.
December 15, 2003
Page 2
U1traSystems' biologists are aware of the unique resource diversity within the general project area, and
can provide the City of Newport Beach with accredited biologists specialized in the requisite area of
expertise.
Scope of Services - Biological
The scope of services follows the suggested procedures found in Caltrans Local Assistance Procedures
Manual and consists of:
1. Conducting a biological survey to determine the existence or potential existence of rare, threatened,
and endangered species (i.e., plants);
2. Recommend mitigation measures (if necessary) and;
3. Preparing a biological assessment of the project site per Caltrans standards and requirements.
Biological Survey and Report Preparation for Project Site
Task 1: Review of Existing Information
Available, potentially relevant biological resource information will be reviewed before the field work is
conducted. This will include the following as provided by the City of Newport Beach: the project
description, project design and project footprint maps, previously prepared site reports, information on
site history, and local planning documents. We will provide and review relevant resource references and
databases (e.g., available soils maps, the California Natural Diversity Data Base data; California Native
Plant Society Electronic Inventory data, our own library and files, etc.), as well as applicable information
on laws and regulations and background information on biological resources.
Task 2: General Field Evaluation for Biological Assessment
After reviewing relevant information, the site will be evaluated (one time), with a thorough walk -over
covering all portions relevant to potential biological constraints. The visit will consist of a general
biological survey to determine the existence or potential existence of rare, threatened, and endangered
species. Detailed field notes will be 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. Our field biologist will also briefly examine adjacent areas.
Task 3: Biological Assessment Report
The report will be a single document with mapping of the general location and site vegetation
communities for the site. The project site area will be addressed sequentially within the various headings
of the report. Methods and results for each task will be provided. Observations of the physical setting,
conditions and disturbance factors, as well as plant, and habitat resources will be summarized. The
regulatory context of the project will be evaluated with regard to all existing biological resource laws,
regulations and court precedent, including the California Environmental Quality Act (CEQA). Direct,
indirect, and within- project cumulative effects will be evaluated. All plant 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
Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc.
December 15, 2003
Page 3
constraint. 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. We will provide recommendations (if necessary) for mitigation measures or further work to
clarify relevant issues. 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. We
will provide comprehensive floral lists covering all species expected to occur on the project site.
Any constraints to the project posed by biological resource laws and regulations will be summarized, and
brief general conclusions and recommendations will be provided. Recommendations will include
bulleted lists for any further actions and mitigation measures. We will provide up to two copies of the
final reports, including any maps (as rendered).
The Cost Estimate includes budget sufficient for one thorough revision to a draft of the report. We have
also included one project update by telephone, fax or e-mail, which will normally be provided shortly
after the field evaluation. Conclusions and interpretations cannot normally be provided while the analysis
is ongoing; the draft report will be provided as soon as such work is finished.
Required Materials
The following materials (if available) must be provided to us in order that we can fulfill the scope of
work:
• An accurate, detailed written description of the project, including location and boundaries; the
greater the detail, the more specific and clear. the analysis can be, decreasing the likelihood that
the report will be inaccurate or delayed due to repeated revisions.
• 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 I"=400'.
• Copies of all relevant prior environmental documents including any general or specific plans,
which must be considered, and any previously prepared biology reports for the site.
• If necessary, keys, lock combinations, letters of percussion, and any other materials necessary to
allow us frill, efficient and reasonable access to the site. We cannot take responsibility for any
cost and/or schedule overruns due to problems arising from our inability to access the site.
• Written authorization by the City of Newport Beach to proceed under the terms of this proposal.
UltraSvstems Assigned Kev Personnel
Based on the importance of the project and the technical nature of this work effort , U1traSystems has
assembled a team of professionals who will participate in the successful completion of this work program.
Presented below is an overview of U1traSystems' biological team:
0
Bob A. Warren, Project Manager '
W.G. Zimmerman Engineering, Inc.
December 15, 2003
Page 4
Kendall Jue - will serve as Project Manager and will oversee all aspects of this work effort.
Mr. Jue brings to the City of Newport Beach an extensive background in environmental analysis
and project management, including numerous environmental documents prepared in compliance
with Caltrans environmental requirements.
Jennifer Weiland - will serve as the Lead Biologist. Ms. Weiland possesses years of experience
in the fields of field surveys of animal and plant populations, sampling, data acquisition,
management, analysis and report writing. Ms. Weiland is experienced with CEQA and NEPA
regulatory permitting and environmental documentation.
Proiect Schedule
All literature research will be completed upon commencement of the project, and a draft report will be
submitted within 30 days following completion of the project site inspection. Should a more accelerated
schedule be required, U1traSystems' assigned biologist can inspect the project site within two weeks of
our receipt of the City of Newport Beach's final Notice to Proceed.
Resource Estimate
Based on that scope of services outlined in this technical proposal, the total estimated not -to- exceed fee to
conduct the biological assessment is $3,940.
Table 1
ITEMIZED COST PROPOSAL MATRIX
All,
�° Z -�xs BIOLOGICAL SURYEY`= Y p* 4t �xr a >
:, ����w z 'Ea,.xr :s- i . �. .. r r. _:5•= 'p:5 rx ter„ � r
Biological' Assessment: -., ,
Cost
Task 1: Review of existing information (8 hrs x S75/ per hour)
$600
Task 2: General Field Evaluation for Biological Assessment (4 hrs x $75/ per hr. )
$300
Task 3: Preparation of Biological Assessment Report (24 hrs x $75/ per hr.)
$1,800
Task 4: Project Management (8 hrs x 5115/per hr.)
$920
Direct Costs
Mileage (2 trip x 25 miles AO/ per mile)
$20
Office costs (report materials, map preparation, photocopying, faxing, materials,
etc.)
$300
TOTAL PROJECT COST
$3,940
Note: This fee includes review of the CNDDB and other relevant project documentation, site inspection,
report preparation, and all mileage and incidental expenditures associated with this assignment.
For the purpose of this proposal, we have assumed that the City of Newport Beach will provide all
necessary base maps, any informational reports within the possession of the City relative to the project
site, and any information (e.g., previous environmental studies) conducted within the general project area.
Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc.
December 15, 2003
Page 5
Background — Cultural and Historical Resources
For this important task, U1traSystems has selected Cogstone Resource Management Inc. to complete the
Phase I Resource Assessment Survey and prepare the Section 106 documentation. Cogstone is a small,
women -owned business specializing in archaeological and paleontological resource consulting. The two
principals own and operate the company. They personally manage all company projects. With a
combined total of 35 years of experience in local/CEQA/MEPA mitigation of effects on archaeological
and paleontological resources, the principals are well qualified to address a wide variety of field situations
with practical solutions.
Cogstone provides highly qualified personnel to perform reconnaissance, assessment, monitoring,
analysis and reporting on archaeological and paleontological resources. It has strong connections to the
local museum and university communities giving it the flexibility to augment its staff with specialists
when required.
Scope of Services — Preparation of Section 106 Documentation
Analysis of the Section 106 of the National Historic Preservation Act and its implementing regulations at
36 CFR Part 800, will also consider the most recent revisions to CEQA and the CEQA Guidelines, and
any updated legislation and policies regarding Native American coordination. Section 106 requires the
evaluation of built environment structures, including roadways. The evaluation would consist of a surface
examination and review of any documents relating to the structure. This proposal assumes the City of
Newport Beach would share any documentation they have on the previous use, dates of construction, or
materials and methods used for construction.
The literature review and record searches will determine the existence of previously recorded cultural and
paleontological resources within the project boundaries plus a quarter mile to each side. Records will be
searched at California State University, Fullerton. The Central Coastal Information Center holds the
records for historic structures and archaeology.
The surface examination will locate all visible cultural resources, as well as locate exposed
paleontological resources. If any previously unrecorded archaeological sites is encountered, we would
submit a detailed and specific proposal for recording those sites.
The report will include the results of the record search and literature review, the surface examination and
an evaluation of the significance of the proposed project area. In addition, management recommendations
and any necessary mitigation measures will be provided. Maps and other pertinent documentation will be
appended.
Cogstone Assigned Kev Personnel
Sherri Gust, Registered Professional Archaeologist and Qualified Paleontologist will serve as the
Principal Investigator for this project. Ms. Gust is the managing principal of Cogstone Resource
Management Inc. and supervises all paleontology /archaeology projects. Ms. Gust conducts the
assessments and analysis, oversees writing of the proposals and reports, and handles all bone
identification. In addition, Ms. Gust manages all daily operations, budgeting and business development at
Cogstone RMI.
Bob A. Warren, Project Manager
W.G. Zimmerman Engineering, Inc. .
December 15, 2003
Page 6
Resource Estimate
Based on the scope of services outlined in this technical proposal, the estimated total not -to- exceeded fee
for the cultural resource assessment and preparation of the Section 106 documentation is $2,864.
Table 2
ITEMIZED COST PROPOSAL MATRIX
*" CULTiIRAI /HISTORIC?iI ANALYSIS
Section 106 Documentation
Cost
Task 1: Record Search/Literature Review (4 hrs x $75 /per hr.)
- Information Center fees (estimated)
$300
$200
Task 2: Surface Examination incl. travel time (4 hrs x $75/ per hr.)
$300
Task 3: Report Preparation (16 hrs x $75/ per hr.)
$1,200
Maps and Graphics (4 hrs x S50/ per hr.)
$200
Clerical (4 hrs x $40/ per hr.)
$160
Task 4: UEI Project Management (4 hrs x $115/ per hr.)
$460
Direct Costs
Mileage (60 miles .40/ per mile)
$24
Miscellaneous Expenses — Photo h ,Copies
$20
TOTAL PROJECT COST
$2,864
Contingencies:
1. Meetings and response to comments, if any, will be billed at S75 /per hour.
2. Recording sites if any are located.
Total Fee
The total fee for this project is: $3,940 + $2,864 = 56,804.
Should you have any questions concerning this proposal, feel free to contact me at your earliest
opportunity.
Sincerely,
Betsy A. Lindsay
President/CEO
E
0
PROFESSIONAL SERVICES AGREEMENT
WITH W. G. ZIMMERMAN ENGINEERING, INC.,
FOR NEWPORT BOULEVARD /HOSPITAL ROAD RIGHT TURN MODIFICATIONS
THIS AGREEMENT, entered into this 2nd day of September, 2003, by and
between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as
"City'), and W.G. Zimmerman Engineering, Inc., whose address is 801 Pacific Coast
Highway, Suite 200, Seal Beach, California, 90740, (hereinafter referred to as
"Consultant "), 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 implement modifications to the Newport
Boulevard /Hospital Road Right Turn Lane Modifications Project ( "Project ").
C. City desires to engage Consultant to provide engineering, geotechnical
services, and Caltrans encroachment permit processing as outlined in the
Scope of Services attached hereto as Exhibit "A" and upon the terms and
conditions contained in this Agreement.
D. The principal member of Consultant firm for purpose of this Project will be
Bill Zimmerman, P.E.
-1-
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, and
desires to contract with Consultant under the terms and conditions provided
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 2nd day of September, 2003,
and shall terminate on the 31' day of December, 2004, unless terminated earlier as set
forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the Scope of Services,
attached hereto as Exhibit "A" and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit 'B" attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement, including all reimbursable items and
subconsultant fees, shall be on a time and expenses basis, not exceed contract price of
twenty-four thousand, one hundred ten and 001100 Dollars ($24,110.00).
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
-2-
a
0
billed on an hourly basis and all approved incidental expenses including reproductions,
computer printing, postage and mileage.
3.2 Consultant shall submit monthly progress invoices to City payable by City
within thirty (30) days of receipt of invoice, subject to the approval of City.
3.3 Consultant shall not receive any compensation for extra work without prior
written authorization of City. Any authorized compensation shall be paid in accordance
with the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses which
have been specifically approved in this Agreement, or specifically approved in advance
by City. Such cost shall be limited and shall include nothing more than the following costs
incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the services
which Consultant agrees to render pursuant to this Agreement which have
been approved in advance by City and awarded in accordance with the
terms and conditions of this Agreement.
B. 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.
C. Approved reproduction charges.
3.5 Notwithstanding any other paragraph or provision of this Agreement,
beginning on the effective date of this Agreement, City may withhold payment of ten
percent (10 %) of each approved payment as approved retention until all services under
this Agreement have been substantially completed.
-3-
4. STANDARD OF CARE
4.1 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. Consultant represents
to City that it has or shall obtain all licenses, permits, qualifications and approvals required
of its profession. Consultant further represents that it shall keep in effect all such
licenses, permits and other approvals during the term of this Agreement.
4.2 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, acts of God, failure of City to furnish timely information or to promptly
approve or disapprove Consultant's work, delay or faulty performance by City,
contractors, or governmental agencies, or any other delays beyond Consultant's control.
S. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an 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
ME
the details and means of performing the work provided that Consultant is in compliance
with the terms of this Agreement. Anything in this Agreement which may appear to give
City the right to direct Consultant as to the details of the performance of the services 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.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with. City's designated
Project Administrator, and any other agencies which may have jurisdiction or interest in
the work to be performed. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Ron Brust to be its Project Manager.
Consultant shall not bill any personnel to Project other than those personnel identified in
Exhibit "B ", whether or not considered to be key personnel, without City's prior written
approval by name and specific hourly billing rate. Consultant shall not remove or
reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City s approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
Project on a timely basis as contemplated by this Agreement.
5..2
8. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under this Agreement
and Consultant shall perform the services in accordance with the schedule specified in
Schedule "C" attached hereto and incorporated herein by reference. The failure by
Consultant to strictly adhere to the schedule may result in termination of this Agreement
by City and assessment of damages against Consultant for delay. Notwithstanding the
foregoing, Consultant shall not be responsible for delays, which are due to causes
beyond Consultant's reasonable control. However, in the case of any such delay in the
services to be provided for Project, each party hereby agrees to provide notice to the
other party so that all delays can be addressed.
8.1 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, which purportedly causes a delay, but not later than the date upon which
performance is due. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays, which are beyond
Consultant's control.
8.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances by
telephone, fax, hand delivery or mail.
9. CITY POLICY
Consultant shall discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that Project proceeds in a manner consistent with City goals and policies.
Q:2
10. CONFORMANCE TO APPLICABLE LAW REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
federal law, regulations and permit requirements and be subject to approval of the Project
Administrator and City Council.
11. PROGRESS
Consultant is responsible to keep the Project Administrator and his authorized
designee informed on a regular basis regarding the status and progress of the work,
activities performed and planned, and any meetings that have been scheduled or are
desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all negligent acts or
omissions of Consultant, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Agreement, excepting only the
sole negligence or willful_ misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing any award of attorneys' fees in any action on
or to enforce the terms of this Agreement.
-7-
0 0
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
Agreement. Except for workers compensation and errors and omissions insurance, all
insurance policies shall add City, its elected officials, officers, agents, representatives and
employees as additional insureds for all liability arising from Consultant's services as
described herein.
All insurance policies shall be issued by an insurance company currently
authorized by the Insurance commissioner to transact the 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 Bests Key
Rating guide: unless otherwise approved by the City Risk Manager. The following
policies are required:
A. Worker's compensation insurance, including a 'Waiver of Subrogation"
clause, covering all employees and principals of Consultant, per the laws of
the State of California.
B. Commercial general liability insurance original certificate and
endorsement (which includes additional insured and Primary and non-
M
•
contributory wording), covering third party liability risks, including without
limitation, contractual liability, in a minimum amount of $1 million combined
single limit per occurrence for bodily injury, personal injury and property
damage. If commercial general liability insurance or other form with a
general aggregate is used, either the general aggregate shall apply
separately to this Project, or the general aggregate limit shall be twice the
occurrence limit.
C. Commercial auto liability and property insurance, including additional
insured wording, covering any owned and rented vehicles of Consultant in
a minimum amount of $1 million combined single limit per accident for
bodily injury and property damage.
D. 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 ($1,000,000.00).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultants operation hereunder. 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.
Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive liability insurance, Consultant
shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf
0
0 0
of any insurer providing workers compensation, comprehensive general, and automotive
liability insurance to either Consultant or City with respect to the services of Consultant
herein, a waiver of any right of subrogation, which any such insurer of said Consultant
may acquire against City by virtue of the payment of any loss under such insurance.
14. PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
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 co- tenant if Consultant is a partnership or joint- venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. 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 orjoint- venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City. All
improvement/construction drawings shall be electrostaticly plotted on standard 24 -inch by
36 -inch mylar with a minimum thickness of 3 mils per City Standards. (A copy of the City of
Newport Beach Standard Design Requirements is available from the Public Works Department).
-10-
0
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 as 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.
Consultant shall, at such time and in such forms as City may require, furnish
reports concerning the status of services required under this Agreement.
16. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
confidential unless City authorizes the release of information.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. City will provide access to and upon request of Consultant, provide one
copy of all existing record information on file at City. Consultant shall be
entitled to rely upon the accuracy of data information provided by City or
others without independent review or evaluation. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
-11-
0 0
schedule.
B. City staff will provide usable life of facilities criteria and provide information
with regards to deficient facilities.
18. ADMINISTRATION
The Public Works Department will administer this Agreement. Bill Patapoff shall
be considered 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.
19. 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. All such records shall be
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. 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 under this
Agreement.
20. WITHHOLDINGS
City may withhold payment 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
sma
E
0
to the City Manager or his designee with respect to such disputed sums. Consultant shall
be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per
annum from the date of withholding of any amounts found to have been improperly
withheld.
21. 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 a restoration expense shall be bome by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. 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 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.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to db so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
-13-
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred, contracted or
subcontracted without prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under 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:
Attention: Stephen J. Luy
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
Phone:_ (949) 644 -3311
Fax: (949) 644 -3318
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Attention: Bill Zimmerman
W. G. Zimmerman Engineering, Inc.
801 Pacific Coast Highway, Suite 200
Seal Beach, CA 90740
Phone: 562 - 594 -8589
Fax: 562 - 594 -8549
-14-
26. TERMINATION
In the event either party hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, 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) days, or if more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt of written notice of default, specifying the nature of such default and
the steps necessary to cure such default, the nondefaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
26.1 City shall have the option, at its sole discretion and without cause, of
terminating this Agreement by giving seven (7) days' prior written notice to Consultant as
provided herein. Upon termination of this Agreement, City shall pay to Consultant that
portion of compensation specified in this Agreement that is earned and unpaid prior to the
effective date of termination.
27. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and `
regulations enacted or issued by City.
28. 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.
-15-
0 0
29. 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 hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. 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.
31. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in responsible charge of 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
SUM
0 0
such CADD data.
All original drawings shall be submitted to the City in the version of AutoCAD used
by the 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 an AutoCad file of
City Title Sheets. All written documents shall be transmitted to the City in the City's latest
adopted version of Microsoft Word and Excel.
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against 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.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
By'/
City Attomey
f.WSers\pb are dlagreemem ly 0,Udmmermamhospital md❑.❑oo
CITY OF NEWPORT BEACH
A Municipal Corporation
G. Badum
of Public Works
W.G. Zimmerman Engineering
-17-
• Newport Boulevard Right Turn Lane viodification Proposal 1 of 3
August 11, 2003
EXHIBIT "A"
SCOPE OF SERVICES
August 11, 2003
Mr. Bob Stein
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Subject: Proposal For Engineering Services -- Newport Boulevard Right Turn Lane
Modifications
Dear Mr. Stein:
W. G. Zimmerman Engineering is please to present our proposal to provide engineering and
services for modifications to the Newport Boulevard Right Turn Lane project. We understand the
proposed modifications will provide for a south bound right turn lane, future bike path/sidewalk
area and will eliminate the uses of retaining walls, and will minimize the grading along Newport
Boulevard.
SCOPE OF SERVICES.
We have developed the following scope of services based upon our project understanding.
Contract Documents
• Design and modify cross sections on three plan sheets.
• Design and modify plan and profiles on four plan sheets.
• Eliminate storm drain PCC headwall and redesign to provide rock rip rap storm
drain inlet pipe erosion protection.
• Eliminate retaining wall plan sheets and details.
• Update all contract title and plan sets as necessary to provide complete bid set.
• Update engineer's estimate of probable construction cost.
• Update the specifications to provide complete bid set.
• Caltrans encroachment permit processing.
• Preparation and processing of "Fact Sheet Exceptions To Mandatory Design
Standards" through Caltrans.
Additional Services
• Engineering services requested by Caltrans to acquire an encroachment permit.
• Traffic modeling for preparation of "Fact Sheet Exceptions To Mandatory Design
Standards"
• Geotechnical services to determine slope stability.
Newport Boulevard Right Turn Lane .4odification Proposal 2 of 3
August 11, 2003
FEES.
W.G. Zimmerman Engineering, Inc. has developed the following fees based upon our Scope of
Services and our Billing Rate Schedule shown below. Labor effort and costs per task are shown
in the attached table.
Task
Construction Documents
TOTAL
Total Fee
$.. 24,110
$ 24,110
Additional Services: Additional services will be performed on a time and
materials basis per our Billing Rate Schedule.
If you have any questions or comments on our proposal, please contact me or Ron Brust at your
earliest convenience.
Respectfully,
W. G. Zimmerman Engineering, Inc.
ffir4lk-��
Bill Zimmerman, P.E
President
Cc: File, Ron Brust
• Newport Boulevard Right Turn Lane ,4odification Proposal 3 of 3
August 11, 2003
EXHIBIT "B"
SCHEDULE OF BILLING RATES
Billing Rate Schedule
Classification
Rate
Principal
$140.00/1-Ir
Senior Project Manager (Registered)
$140.00/Hr
Project Manager (Registered)
$120.00/Hr
Senior Project Engineer (Registered)
$110.00/Hr
Project Engineer
$ 95.00/1-Jr
Senior Associate Engineer
$ 85.00/1Ir
Associate Engineer
S 80.00/Hr
CADD Manager /Senior Designer
S 90.001Hr
CADD/Technician
$ 75.00/Hr
Administration/Office Support
$ 55.001Hx
Non -Labor Expenses
Mileage (local) $0.36 per Mile
Printing @ Cost
Reproduction (Bluelines) @ Cost
Other Expenses Costs plus 10%
D
IA
O
.T.
O
C
X
CD
20
Rl
M
M
O
Z
CM
O
X
4
W
r
C
v
X
O
_
C
A
Z
r
D
Z
m
O
C-
M
0
-i
��cccmoo0
(D
O
O
Cl
i
i
3
(D
N
(D
N
N
N
w
CD
D
ill
d
-
-
N
N
N
N
N
N
7
7
N
W
d
N
W
4o
Go
-n
w
m'
3
3
3
TOM
N_
n
z
O
_
O
O
O
=r
<
O
(D
(D
O
C
O
O.
M
N
O
C)
N
O
p
X
S
N
^.
N
N
O
(7
M
O
N
N
d
N
N
N
M
j
0.
0
fD
�.
=
j
N
7
N
y
Q°.
O—
Dl
(D
N
N
1
D
0
CD
OCD
C
O
O
n
S
S
A
�a
SU
(D
n
N
3
o
O
(D
0
N
<
O
a0i.
3
n
N
O
a
-I
N
r
y
PRINCIPAL
0
CD
00000000
Sr. P.M.
N
-
Q,NmNmNwCOCOP.M
=
O
c
o
Sr. P.E.
y
v
m
o
P.E.
;a
n
r
D
o
Sr. Assoc. Eng.
y
T
rn
rn
�,
a
m
Assoc. Eng.
D
rn
�
0
CO
o
w
o
A
w
co
CADD Mgr. /Sr. Designer
Z
o
CADD/Tech.
110,
A
o
Admin. I Office Support
A00000000000000Ab�cm1,3com
Total Task Hours
ssentntAtflrnasHS•,E»anv+
ease»t»tnr»4»casstnsriss
N
Total Task Cost
_
r
r
r
CTr
W
CTr
A
CJ1
A
W
A
(D
m-
0
N
Gn
0)
OD
M
N
A
O
O
O
O
O
o
0
0
0
0
D
IA
O
.T.
O
C
X
CD
20
Rl
M
M
O
Z
CM
O
X
4
W
r
C
v
X
O
_
C
A
Z
r
D
Z
m
O
C-
M
0
-i
3 R7a3S
ƒ
,
\
/
(/
\}
/0 CD
3;'
//
3m
CL
}
♦
(
-
\
«
: � � � :
---- - - -. -�
0T
\\
\
K
\
;
3
C
fcc
CD
.
)
f
\
\
%i
/0/
\
\
\
\
\
/
-
£
}
/
3 R7a3S
ƒ
,
\
/
(/
\}
/0 CD
3;'
//
3m
CL
}
♦
(
-
\
«
: � � � :
---- - - -. -�
��
\\
\
K
\
;
3
C
fcc
.
)
f
\
\
\
\
\
\
/
}
/
f
--
=-
«
- - - -s
s
a
--
}
«
J
\
--
y-
- - -m
--
3 R7a3S
ƒ
,
\
/
(/
\}
/0 CD
3;'
//
3m
CL
}
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
t3gl�� 2oo()
Agenda Item No. 7
November 14, 2006
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Steve Luy, Project Engineer
949 -644 -3311 or sluy @city.newport- beach.ca.us
SUBJECT: NEWPORT BOULEVARD /HOSPITAL ROAD RIGHT TURN
MODIFICATIONS — AMENDMENT NO. 4 TO PROFESSIONAL
SERVICES AGREEMENT WITH W.G. ZIMMERMAN ENGINEERING
RECOMMENDATION:
Approve Amendment No. 4 to Professional Services Agreement with W.G. Zimmerman
Engineering, Inc., and authorize the Mayor and City Clerk to execute the Amendment.
DISCUSSION:
On September 2, 2003, the Public Works Director approved a Professional Services
Agreement with W.G. Zimmerman Engineering, Inc. (Zimmerman) for $24,110 to
provide engineering, geotechnical services, and Caltrans encroachment permit
processing. On January 27, 2004, the City Council approved an amendment to the
agreement in the. amount of $7,364 to perform a biological and cultural assessment of
the project, as requested by Caltrans District 12. Amendment No. 2 added $1,500 to
the agreement on March 24, 2004. Amendment No. 3 added $10,000 to the agreement
on April 25, 2006-
Zimmerman has completed final design and has submitted a proposal to amend its
scope of services and a fee in an amount not to exceed $10,000 in response to
requirements and changes as. requested by Caltrans District 12. These additional
services are for resolving conflicting requirements with Caltrans pertaining to
environmental issues, traffic safety concerns, slope construction, adding a storm drain
headwall and other permit requirements.' Per Council Policy F -3, City Council approval
is required since the increase is more than 25% of the original contract amount. Staff
concurs that the additional $10,000 is appropriate for the additional tasks and
recommends Council approval.
• Newport Boulevar pital Road Right Turn Modifications
Amendment No. 4 to Agreeftwith W.G. Zimmerman Engineering
April 25, 2006
Page 2
Environmental Review:
A mitigated negative declaration has been prepared for this project and is under review
by the jurisdictional agencies.
Public Notice:
Not applicable at this time.
Funding Availability:
This year's Capital Improvements Program budget includes funds for this project.
There are sufficient funds available in the following account for the project:
Account Description
Transportation and Circulation Fund
Prepared by:
Account Number Amount
7261- C5200737 $10,000
Submitted by:_.,,
ephen uy ep G. Badum
Project Engineer Put Works Director
Attachments: Amendment No. 4 to the Professional Services Agreement
n
LJ
n
u
AMENDMENT NO.4 TO
PROFESSIONAL SERVICES AGREEMENT
WITH W.G. ZIMMERMAN ENGINEERING INC.
FOR NEWPORT BOULEVARD /HOSPITAL ROAD
RIGHT TURN MODIFICATIONS
THIS AMENDMENT NO. 4 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this day of 2006, by
and between the City of Newport Beach, a municipal corporation, (hereinafter referred
to as "CITY ") and W.G. Zimmerman Engineering Inc., a California corporation, whose
address is 801 Pacific Coast Highway, Suite 200, Seal Beach, California 90740,
(hereinafter referred to as "Consultant"), is made with reference to the following:
RECITALS:
A. On September 9, 2003, CITY and CONSULTANT entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for design
services for the Newport Boulevard /Hospital Road Right Turn Modifications Project,
hereinafter referred to as "PROJECT." Total compensation due consultant under the
agreement was $24,110.00 for engineering, geotechnical services, and Caltrans
Encroachment Permit processing.
B. On January 27, 2004, City and Consultant entered into Amendment
No. 1 to the Agreement, in which Consultant's Scope of Work was expanded to perform
a biological and cultural assessment of the project, as requested by Caltrans District 12.
The additional compensation due Consultant under Amendment No. 1 was $7,364.00.
C. . On March 24, 2004, City and Consultant entered into Amendment
No. 2 to the Agreement, in which Consultant's Scope of Work was further amended.
The additional compensation due Consultant under Amendment No. 2 was $1,500.00.
D. On April 25, 2006, City and Consultant entered into Amendment
lo. 3 to the Agreement, in which Consultant's Scope of Work was further amended.
s additional compensation due Consultant under Amendment No. 3 was $10,000.00.
0
0
E. CITY desires to enter into this AMENDMENT NO. 4 to reflect
additional services to be provided that were not included in the original AGREEMENT
or subsequent amendments, in an amount not to exceed $10,000.00. These additional
services include detailed discussions with Caltrans District 12, on environmental issues,
traffic, safety, slope construction, adding a storm drain headwall, and other permit
requirements.
F. CITY desires to compensate CONSULTANT for these additional
professional services needed for PROJECT.
G. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 4," as provided below.
NOW, THEREFORE, the parties hereto agree as follows:
1: CONSULTANT shall be compensated for services performed
pursuant to this AMENDMENT NO. 4 according to "Exhibit A" dated October 26, 2006,
and attached hereto.
2. Total additional compensation to CONSULTANT for services
performed pursuant to this AMENDMENT NO. 4 shall not exceed Ten Thousand and
00 1100 Dollars ($10,000.00). City shall pay Consultant for the services on a time and
expense not -to- exceed basis in accordance with the provisions of the original
Agreement and the Schedule of Billing Rates attached hereto as Exhibit B. No billing
rate changes shall be made during the term of this Agreement without the prior written
approval of City.
3. The term of the AGREEMENT shall remain June 30, 2007.
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT
NO. 4 on the date first above written.
APPROVED AS TO FORM:
J'01-� C 4-�
Aaron C. Harp, Asst. C Attorney
ATTEST:
By:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
Don Webb, Mayor
W.G. ZIMMERMAN ENGINEERING, INC.:
B Cc
(Corporate fficer)
Title: y'uid c
Print Name: of 11,*A n G. Z lyn menrmam;
By:
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit A -
October 26, 2006
Rich Edmonston, P.E.
Transportation and Development Services Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Mr. Bob Stein, P.E., Principal Civil Engineer
Subject: Newport Boulevard Right Turn Lane at Hospital Road Proposal
for Additional Costs Related to Design Changes and Extra Consulting
Services Required by Caltrans
Dear Mr. Edmonston:
Pursuant to our letter proposal for additional cost on a time and materials basis
dated January 24, 2006 for the Newport Blvd. Right Turn Lane project, the first
increment of $10,000 of additional cost due to Caltrans coordination and
subsequent plan modification has been expended. We hereby request that a
second increment, not to exceed $10,000, without with out prior approval, be
authorized using the same understanding and SCHEDULE OF BILLING
RATES of January 1, 2006 that was in the January 24, 2006 proposal letter
(see attached documents),
If you have any questions please contact Ron Brust,. P.E. at (562) 594 -8589,
ext. 17, or Cell Phone (562) 254 -0082.
Sincerely,
W. G. Zimmerman Engineering, Inc.
r,.r Bill Zimmerman, P.E.
President
Cc: Steve Luy P.E., Associate Civil Engineer, City of:Newport Beach
Ron Brust, P.E., Project Manager— WGZE
Project File -
0
January 24, 2006
r- O
Rich Edmonston, P.E.
Transportation and Development Services Manager
City of Newport Beach.
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Mr. Bob Stein, P.E., Principal Civil Engineer
Subject: Newport Boulevard Right Turn Lane at Hospital Road Proposal
for Additional Costs Related to Design Changes and Extra Consulting
Services Required by State Regional Water Quality Control Board and
Caltrans
Dear Mr. Edmonston:
W. G. Zimmerman Engineering, Inc. is forwarding our cost proposal for
additional design changes and additional consulting services related to
requirements by the State Regional Water Quality Control Board and Caltrans
concerning environmental issues, impact to perennial waters (187 linear feet),
creation of 0.06 acres of riparian waters of the U.S., non - native vegetation
removal, and development of a regular monitoring program for the
establishment of riparian waters.
FEE
Due to the nature'of the required work noted above being subject to
undefined standards of the State Regional Water Quality Control Board
and Caltrans, consulting fees cannot be easily estimated. Therefore
consulting fees are proposed to be on a time and materials basis at the
rates noted in the attached SCHEDULE OF BILLING RATES.
Work is proposed to be performed in increments not to exceed $10,000
without prior approval of the City of Newport Beach. W. G. Zimmerman
Engineering, Inc.. will advise the City of Newport Beach when the current
increment of work reaches the $10,000 amount.
If you have any questions please contact Ron Brust, P.E. at (562) 594 -8589,
ext. 17, or Cell Phone (562) 254 -0082.
Sincerely, _
W. G. Zimmerman Engineering, Inc.
4
Bill Zimmerman, P.E.
President
Cc: Steve Luy P.E., Associate Civil Engineer, City of Newport Beach
Ron Brust, P.E., Project Manager — WGZE
Project File
Exhibit B
W. G. ZIMMERMAN ENGINEERING; INC.
SEAT, BE kM CALIFORNIA
CY 2006 Billing Rate Schedule
(Adopted 1/1106)
^,1as �icatlon
ttdcipal
Senior Project Manager (Registered)
* -1est Manager (Registered)
a�c_ Project Engineer (Registered)
ie^t Engineer
Senior Associate Engineer
Associate Engineer
CADD Manager /Senior Designer
CADD,'Te6nician
A^�;..irtistration/Office Support
'ion -Labor Expenses .
leage (local)
'r :tithe
(Blue lines)
Rate
$1$5.00/Hr
$165.00/Hr
$155.00/Hr
$120.00/1ir
$1i0.00/Iir
$ 90.00/Hr
$ 85.00/1Ir
$100.00/Hr
$ 75.00/Hr
$ 60.00/Hr
44.50 per Mile
Cost plus 5%
Cost plus 5%
1. `: e; , rpenses (such as sub - consultants, outside services Cost plus 101/0
or special equipment needs)
AMENDMENT NO.4 TO
PROFESSIONAL SERVICES AGREEMENT
WITH W.G. ZIMMERMAN ENGINEERING INC.
FOR NEWPORT BOULEVARD /HOSPITAL ROAD
RIGHT TURN MODIFICATIONS
THIS AMENDMENT NO. 4 T``O`� PROFESSIONAL SERVICES
AGREEMENT, entered into this day of 4d t ff6 f f , 2006, by
and between the City of Newport Beach, a municipal corporation, (hereinafter referred
to as "CITY ") and W.G. Zimmerman Engineering Inc., a California corporation, whose
address is 801 Pacific Coast Highway, Suite 200, Seal Beach, California 90740,
(hereinafter referred to as "Consultant'), is made with reference to the following:
RECITALS:
A. On September 9, 2003, CITY and CONSULTANT entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for design
services for the Newport Boulevard /Hospital Road Right Turn Modifications Project,
hereinafter referred to as "PROJECT." Total compensation due consultant under the
agreement was $24,110.00 for engineering, geotechnical services, and Caltrans
Encroachment Permit processing.
B. On January 27, 2004, City and Consultant entered into Amendment
No. 1 to the Agreement, in which Consultant's Scope of Work was expanded to perform
a biological and cultural assessment of the project, as requested by Caltrans District 12.
The additional compensation due Consultant under Amendment No. 1 was $7,364.00.
C. On March 24, 2004, City and Consultant entered into Amendment
No. 2 to the Agreement, in which Consultant's Scope of Work was further amended.
The additional compensation due Consultant under Amendment No. 2 was $1,500.00.
D. On April 25, 2006, City and Consultant entered into Amendment
No. 3 to the Agreement, in which Consultant's Scope of Work was further amended.
The additional compensation due Consultant under Amendment No. 3 was $10,000.00.
F
0
E. CITY desires to enter into this AMENDMENT NO. 4 to reflect
additional services to be provided that were not included in the original AGREEMENT
or subsequent amendments, in an amount not to exceed $10,000.00. These additional
services include detailed discussions with Caltrans District 12, on environmental issues,
traffic, safety, slope construction, adding a storm drain headwall, and other permit
requirements.
F. CITY desires to compensate CONSULTANT for these additional
professional services needed for PROJECT.
G. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 4," as provided below.
NOW, THEREFORE, the parties hereto agree as follows:
1. CONSULTANT shall be compensated for services performed
pursuant to this AMENDMENT NO. 4 according to "Exhibit A" dated October 26, 2006,
and attached hereto.
2. Total additional compensation to CONSULTANT for services
performed pursuant to this AMENDMENT NO. 4 shall not exceed Ten Thousand and
001100 Dollars ($10,000.00). City shall pay Consultant for the services on a time and
expense not -to- exceed basis in accordance with the provisions of the original
Agreement and the Schedule of Billing Rates attached hereto as Exhibit B. No billing
rate changes shall be made during the term of this Agreement without the prior written
approval of City.
3. The term of the AGREEMENT shall remain June 30, 2007.
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
i •
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT
NO. 4 on the date first above written.
APPROVED AS TO FORM:
o✓�� C
Aaron C. Harp, Asst. C y Attorney
ATTEST:
By QVBYwg AL�l r!
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporati n
0 Don Webb, Mayor
W.G. ZIMMERMAN ENGINEERING, INC.:
BJ �
(Corporate fficer)
Title: dc
Print Name:�<<<� G. Z lr�nmca�
M
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit A
October 26, 2006
Rich Edmonston, P.E.
Transportation and Development Services Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Mr. Bob Stein, P.E., Principal Civil Engineer
Subject: Newport Boulevard Right Turn Lane at Hospital Road Proposal
for Additional Costs Related to Design Changes and Extra Consulting
Services Required by Caltrans
Dear Mr. Edmonston:
Pursuant to our letter proposal for additional cost on a time and materials basis
dated January 24, 2006 for the Newport Blvd. Right Turn Lane project, the first
increment of $10,000 of additional cost due to Caltrans coordination and
subsequent plan modification has been expended. We hereby request that a
second increment not to exceed $10,000, without with out prior approval, be
authorized using the same understanding and SCHEDULE OF BILLING
RATES of January 1, 2006 that was in the January 24, 2006 proposal letter
(see attached documents),
If you have any questions please contact Ron Brust, P.E. at (562) 594 -8589,
ext. 17, or Cell Phone (562) 254 -0082.
Sincerely,
W. G. Zimmerman Engineering, Inc.
qor Bill Zimmerman, P.E. —
President
Cc: Steve Luy P.E., Associate Civil Engineer, City of Newport Beach
Ron Brust, P.E., Project Manager— WGZE
Project File -
• : -9
January 24, 2006
Rich Edmonston, P.E.
Transportation and Development Services Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Mr. Bob Stein, P.E., Principal Civil Engineer
Subject: Newport Boulevard Right Turn Lane at Hospital Road Proposal
for Additional Costs Related to Design Changes and Extra Consulting
Services Required by State Regional Water Quality Control Board and
Caltrans
Dear Mr. Edmonston:
W. G. Zimmerman Engineering, Inc. is forwarding our cost proposal for
additional design changes and additional consulting services related to
requirements by the State Regional Water Quality Control Board and Caltrans
concerning environmental issues, impact to perennial waters (187 linear feet),
creation of 0.06 acres of riparian waters of the U.S., non - native vegetation
removal, and development of a regular monitoring program for the
establishment of riparian waters.
FEE
Due to the nature'of the required work noted above being subject to
undefined standards of the State Regional Water Quality Control Board
and Caltrans, consulting fees cannot be easily estimated. Therefore
consulting fees are proposed to be on a time and materials basis at the
rates noted in the attached SCHEDULE OF BILLING RATES.
Work is proposed to be performed in increments not to exceed $10,000
without prior approval of the City of Newport Beach. W. G. Zimmerman
Engineering, Inc. will advise the City of Newport Beach when the current _
increment of work reaches the $10,000 amount.
If you have any questions please contact Ron Brust, P.E. at (562) 594 -8589,
ext. 17, or Cell Phone (562) 254 -0082.
Sincerely, _
W. G. Zimmerman Engineering, Inc.
S
Bill Zimmerman, P.E.
President
Cc: Steve Luy P.E., Associate Civil Engineer, City of Newport Beach
Ron Brust, P.E., Project Manager— WGZE
Project File
Exhibit B
W. PMMMERMAN ENGINEERING; INC.
SEAL BEACHo CALIFORM
CY 2006 Billing Rate Schedule
(Adopted 1 /1106)
. %aSSc9t70L
Senior Project Manager (Registered)
'? * ^_ezt Manager (Registered)
; c ^roiect Engineer (Registered)
.. - -ie:t Engineer
Senior ,Associate Engineer
Associate Engineer
CARD . Monger /Senior Designer
CADD/'1'eclmician
Ac=x istration/Office Support
'nor LaborExvenses
M;.'eaga (local)
2- 4:xting
7- -- -od.-ction (Blue lines)
Zxpenses (such as sub - consultants, outside services
? special equipment needs)
Rate
$185.00/Hr
$165.00/Hr
$155.00/Hr
$120.00ft
$110.00/Hr
$ 90.00/Iir
$ 85.00/Hr
$100.00/Hr
$ 75.00/Hr
$ 60.00/Hr
44.50 per Mile
Cost plus 5%
Cost plus 5%
Cost plus 10%
[lti PiEERiNG. N-
AMENDMENT NO. 3 TO
PROFESSIONAL SERVICES AGREEMENT
WITH W.G. ZIMMERMAN ENGINEERING INC.
FOR NEWPORT BOULEVARD /HOSPITAL ROAD
RIGHT TURN MODIFICATIONS
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this o f day of =4prr I 2006, by
and between the City of Newport Beach, a municipal corporation, (hereinafter referred
to as "CITY ") and W.G. Zimmerman Engineering Inc., a California corporation, whose
address is 801 Pacific Coast Highway, Suite 200, Seal Beach, California 90740,
(hereinafter referred to as "Consultant "), is made with reference to the following:
RECITALS:
A. On September 9, 2003, CITY and CONSULTANT entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for design
services for the Newport Boulevard /Hospital Road Right Turn Modifications Project,
hereinafter referred to as "PROJECT." Total compensation due consultant under the
agreement was $24,110.00 for engineering, geotechnical services, and Caltrans
Encroachment Permit processing.
B. On January 27, 2004, City and Consultant entered into Amendment
No. 1 to the Agreement, in which Consultant's Scope of Work was expanded to perform
a biological and cultural assessment of the project, as requested by Caltrans District 12.
The additional compensation due Consultant under Amendment No. 1 was $7,364.00.
C. On March 24, 2004, City and Consultant entered into Amendment
No. 2 to the Agreement, in which Consultant's Scope of Work was further amended.
The additional compensation due Consultant under Amendment No. 2 was $1,500.00.
D. CITY desires to enter into this AMENDMENT NO. 3 to reflect
additional services to be provided that were not included in the original AGREEMENT,
and to extend the term of the AGREEMENT to June 30, 2007. These additional
0
services are related to requirements of the State Regional Water Quality Control Board
and changes as requested by Caltrans District 12, pertaining to environmental issues,
impact to perennial waters, creation of 0.06 acres of riparian waters of the U.S., non-
native vegetation removal and development of a regular monitoring program for the
establishment of riparian waters, in an amount not to exceed $10,000.00.
E. CITY desires to compensate CONSULTANT for these additional
professional services needed for PROJECT.
F. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 3," as provided below.
NOW, THEREFORE, the parties hereto agree as follows:
1. CONSULTANT shall be compensated for services performed
pursuant to this AMENDMENT NO. 3 according to "Exhibit A" dated January 24, 2006,
and attached hereto.
2. Total additional compensation to CONSULTANT for services
performed pursuant to this AMENDMENT NO. 3 shall not exceed Ten Thousand and
001100 Dollars ($10,000.00). City shall pay Consultant for the services on a time and
expense not -to- exceed basis in accordance with the provisions of the original
Agreement and the Schedule of Billing Rates attached hereto as Exhibit B. No billing
rate changes shall be made during the term of this Agreement without the prior written
approval of City.
3. The term of the AGREEMENT shall be extended to June 30, 2007.
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
0
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT
NO. 3 on the date first above written.
APPROVED AS TO FORM:
Z4 C. g%_
Aaron C. Harp, Asst. City Attorney
ATTEST:
Bye. M .
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal CWorati
nIMA
Don , Mayor
W.G. ZIMMERMAN ENGINEERING, INC.:
Print Name: (—,.A t .1 ] 1CR Why zyvl,WtesYWL4.
Print Name:�AL i I«,,,
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
i
a;
January 24, 2006
Rich Edmonston, P.E.
Transportation and Development Services Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Mr. Bob Stein, P.E., Principal Civil Engineer
Exhibit A
Subject: Newport Boulevard Right Turn Lane at Hospital Road Proposal
for Additional Costs Related to Design Changes and Extra Consulting
Services Required by State Regional Water Quality Control Board and
Caltrans
Dear Mr. Edmonston:
W. G. Zimmerman Engineering, Inc. is forwarding our cost proposal for
additional design changes and additional consulting services related to
requirements by the State Regional Water Quality Control Board and Caltrans
concerning environmental issues, impact to perennial waters (187 linear feet),
creation of 0.06 acres of riparian waters of the U.S., non - native vegetation
removal, and development of a regular monitoring program for the
establishment of riparian waters.
FEE
Due to the nature of the required work noted above being subject to
undefined criteria of the State Regional Water Quality Control Board
and Caltrans, consulting fees cannot be easily estimated. Therefore
consulting fees are proposed to be on a time and materials basis at the
rates noted in the attached SCHEDULE OF BILLING RATES.
Work is proposed to be performed in increments not to exceed $10,000
without prior approval of the City of Newport Beach. W. G. Zimmerman
Engineering, Inc. will advise the City of Newport Beach when the current
increment of work reaches the $10,000 amount.
If you have any questions please contact Ron Brust, P.E. at (562) 594 -8589,
ext. 17, or Cell Phone (562) 254 -0082.
Sincerely,
W. G. Zimmerman Engineering, Inc.
Rill Zimmerman, P.E.
President
Cc: Steve Luy P.E., Associate Civil Engineer, City of Newport Beach
Ron Brust, P.E., Project Manager— WGZE
Project File
Exhibit B
W. G. ZIMMERMAN ENGINEERING, INC.
SEAL BEACR, CALIFORNIA
CY 2006 Billing Rate Schedule
(Adopted 1/1/06)
lassi£leatioa Rate
'i
acipal
$185.00/Hr
Senior Project Manager (Registered) $165.00/Hr
'rc;ect Manager (Registered) $155.00/Hr
Se- or Project Engineer (Registered) $120.00/lir
e-ft Engineer $110 -00/Hr
Senior Associate Engineer $ 90 -00/Hr
Associate Engineer $ 85.00/Hr
CADD Manager /Senior Designer $100 -00/Hr
CADD/1'ecbnician $ 75.00/Hr
Aermuiistration/Of lice Support $ 60.00 /Hr
NfI t -Labor Expend —es
4''i:eage (local) 44.5¢ per Mile
Cost plus 5%
r e;rod- ction (Blue lines) Cost plus 5%
cr Expenses (such as sub - consultants, outside services Cost plus 10%
or special equipment needs)
APP,t6 "911
r, co -�-Ov
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 7
April 25, 2006
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Steve Luy, Project Engineer
949 - 644 -3311 or sluy @city.newport- beach.ca.us
SUBJECT: NEWPORT BOULEVARD /HOSPITAL ROAD RIGHT TURN
MODIFICATIONS = AMENDMENT NO. 3 TO PROFESSIONAL
SERVICES AGREEMENT WITH W.G. ZIMMERMAN ENGINEERING
RECOMMENDATION:
Approve Amendment No. 3 to Professional Services Agreement with W.G. Zimmerman
Engineering, Inc., and authorize the Mayor and City Clerk to execute the Amendment.
DISCUSSION:
On September 2, 2003, the Public Works Director approved a Professional Services
Agreement with W.G. Zimmerman Engineering, Inc. (Zimmerman) for $24,110.00 to
provide engineering, geotechnical services, and Caltrans encroachment permit
processing. On January 27, 2004, the City Council approved an amendment to the
agreement in the amount of $7,364.00 to perform a biological and cultural assessment
of the project, as requested by Caltrans District 12. Amendment No. 2 added $1500.00
to the agreement on March 24, 2004.
Zimmerman has completed final design and has submitted a proposal to amend its
scope of services and fee in an amount not to exceed $10,000 in response to
requirements made by the State Regional Water Quality Control Board. These
additional services are for resolving conflicting requirements between the State
Regional Water Quality Control Board and Caltrans pertaining to revegetation
requirements for native vegetation that Will be removed by the project. Since the
increase is more than 25% of the original contract amount, City Council approval is
required per Council Policy F -3. Staff concurs that the additional $10,000.00 is
appropriate for the needed additional tasks and recommends Council approval.
Newport Boulevard Hospital Road Rom Modifications - Amendment No. 3 to Agree th W.G. Zimmerman Engineering
April 25, 2006
Page 2
Environmental Review:
A mitigated negative declaration has been prepared for this project and is under review
by the jurisdictional agencies.
Public Notice:
Not applicable at this time.
Funding Availability:
This year's Capital Improvements Program budget includes funds for this project.
There are sufficient funds available in the following account for the project:
Account Description
Transportation and Circulation
Fund
Prepared by:
,.:5 J ;4
Steve Eby
Project Engineer
Account Number Amount
7261- C5200737 $10,000
Submitted by:
Badum
s Director
Attachments: Amendment No. 3 to the Professional Services Agreement
0
0
AMENDMENT NO. 3 TO
PROFESSIONAL SERVICES AGREEMENT
WITH W.G. ZIMMERMAN ENGINEERING INC.
FOR NEWPORT BOULEVARD /HOSPITAL ROAD
RIGHT TURN MODIFICATIONS
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this day of , 2006, by
and between the City of Newport Beach, a municipal corporation, (hereinafter referred
to as "CITY ") and W.G. Zimmerman Engineering Inc., whose address is 801 Pack
Coast Highway, Suite 200, Seal Beach, California 90740, (hereinafter referred to as
"Consultant "), is made with reference to the following:
RECITALS:
A. On September 9, 2003, CITY and CONSULTANT entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for design
services for the Newport Boulevard /Hospital Road Right Turn Modifications Project,
hereinafter referred to as "PROJECT."
B. On January 27, 2004, City and Consultant entered into an
Amendment No. 1 to the Agreement, in which Consultant's Scope of Work was
expanded to perform a biological and cultural assessment of the project, as requested
by Caltrans District 12. The additional compensation due Consultant under
Amendment No. 1 was $7,364.00 On March 24, 2004, City and Consultant entered into
an Amendment No. 2 to the Agreement, in which Consultant's Scope of Work was
further amended. The additional compensation due Consultant under Amendment No.
2 was $1,500.00.
C. CITY desires to enter into this AMENDMENT NO. 3 to reflect
additional services to be provided that were not included in the original AGREEMENT,
and to extend the term of the AGREEMENT to June 30, 2007. These additional
services are related to requirements of the State Regional Water Quality Control Board
E
E
and changes as requested by Caltrans District 12, pertaining to environmental issues,
impact to perennial waters, creation of 0.06 acres of riparian waters of the U.S., non-
native vegetation removal and development of a regular monitoring program for the
establishment of riparian waters, in an amount not to exceed $10,000.00.
D. CITY desires to compensate CONSULTANT for these additional
professional services needed for PROJECT.
E. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 3," as provided below.
NOW, THEREFORE, the parties hereto agree as follows:
1. CONSULTANT shall be compensated for services performed
pursuant to this AMENDMENT NO. 3 according to "Exhibit A" dated January 24, 2006,
and attached hereto.
2. Total additional compensation to CONSULTANT for services
performed pursuant to this AMENDMENT NO. 3 shall not exceed Ten Thousand and
001100 Dollars ($10,000.00).
3. The term of the AGREEMENT shall be extended to June 30, 2007.
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
0
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT
NO. 3 on the date first above written.
APPROVED AS TO FORM:
Aaron C. Harp, Asst. City Attorney
ATTEST:
By:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
Don Webb, Mayor
W.G. ZIMMERMAN ENGINEERING, INC.:
(Corporate Officer)
Title:
Print Name:
By:
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
'
r
January 24, 2006
Exhibit A
Rich Edmonton, P.E.
.,
Transportation and Development Services Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
u
Attention: Mr. Bob Stein, P.E., Principal Civil Engineer
Subject: Newport Boulevard Right Turn Lane at Hospital Road Proposal
for Additional Costs Related to Design Changes and Extra Consulting
;.
Services Required by State Regional Water Quality Control Board and
Caltrans
4Rf'
Dear Mr. Edmonston:
s�
W. G. Zimmerman Engineering, Inc. is forwarding our cost proposal for
additional design changes and additional consulting services related to
requirements by the State Regional Water Quality Control Board and Caltrans
concerning environmental issues, impact to perennial waters (187 linear feet),
creation of 0.06 acres of riparian waters of the U.S., non - native vegetation
removal, and development of a regular monitoring program for the
F
establishment of riparian waters.
FEE
Due to the nature of the required work noted above being subject to
undefined criteria of the State Regional Water Quality Control Board
and Caltrans, consulting fees cannot be easily estimated. Therefore
consulting fees are proposed to be on a time and materials basis at the
rates noted in the attached SCHEDULE OF BILLING RATES.
Work is proposed to be performed in increments not to exceed $10,000
without prior approval of the City of Newport Beach. W. G. Zimmerman
Engineering, Inc. will advise the City of Newport Beach when the current
increment of work reaches the $10,000 amount.
If you have any questions please contact Ron Brust, P.E. at (562) 594 -8589,
ext. 17, or Cell Phone (562) 254 -0082.
Sincerely,
g
W. G. Zimmerman Engineering, Inc.
Bill Zimmerman, P.E.
°ressdent
Cc: Steve Luy P.E., Associate Civil Engineer, City of Newport Beach
Ron Brust, P.E., Project Manager —WGZE
Project File
Exhibit B
W. vIMMERMAN ENGINEERI , INC.
SEAL BEACH, CALIFORNIA
CY 2006 Billing Rate Schedule
(Adopted 1/1/06)
;; `� =acszfzcatlon
I 131 hrcipal
Senior Project Manager (Registered)
. r ;est Manager (Registered)
=-.:cr ^roject Engineer (Registered)
... eot Engineer
Senior Associate Engineer
A5snciate Engineer
CADD Manager /Senior Designer
C ADDP1'ecbnician
•`4`u. ..InstXation/Ofce Support
N, r, Labor Expenses
a, ;.tag- (local)
'__ sting
(Blue lines)
e- xpenses (such as sub - consultants, outside services
cr special equipment needs)
Rate
$185.00/Hr
$165.00/Hr
$155.00/Hr
$120.00/Hr
$110.00/1ir
$ 90.00/Hr
$ 85.00/Hr
$100.00/Hr
$ 75.00/Hr
$ 60.00 /Hr
44.50 per Mile
Cost plus 5%
Cost plus 5%
Cost plus 10%