Loading...
HomeMy WebLinkAbout10 - C-3369 - Intersection ImprovementsOctober 24, 2000 CITY COUNCIL AGENDA ITEM NO. 10 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: DESIGN OF IMPROVEMENTS FOR THE INTERSECTION OF JAMBOREE ROAD AND MACARTHUR BOULEVARD, CONTRACT NO. 3369 — APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH KFM ENGINEERING RECOMMENDATIONS: 1. Approve a Professional Services Agreement with KFM Engineering Inc., of Foothill Ranch, California, for professional engineering services for a contract price of $93,285. 2. Authorize the transfer of $37,000 from 7251- C5100584 to 7284- C5100584 to correctly identify the funds as a component of the Measure M Combined Transportation Funding Program. 3. Authorize a budget adjustment to recognize an additional $23,000 available to the City from the Measure M Combined Transportation Funding Program. DISCUSSION: As part of the City's adopted FY 00 -01 Capital Improvement Program, staff invited five engineering firms to submit their proposals to provide engineering design services for the improvements at the intersection of Jamboree Road and MacArthur Boulevard. The proposed improvements include widening MacArthur Boulevard in order to add second northbound and southbound left turn lanes on MacArthur Boulevard in addition to a northbound right turn lane on MacArthur Boulevard approaching Jamboree Road. Staff is working with the City of Irvine with regards to right -of -way acquisition needed for the improvements. These projects are funded for engineering this fiscal year, right -of -way acquisition in FY 2001 -02 ($592,000), and construction in FY 2002 -03 ($730,000) respectively, through the Measure M Combined Transportation Funding Program. The scope of the professional services will include survey, utility investigation and coordination, pavement studies, hydrology and hydraulic studies to design the relocated drainage systems, striping plans, traffic control plans, street design, specifications, cost estimates, retaining wall plan, and landscaping and irrigation plans. SUBJECT: DESIGN OF IMPROVEMENTS FOR THE INTERSECTION OF JAMBOREE ROAD AND MACARTHUR BOULEVARD — APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH KFM ENGINEERING October 24, 2000 Page 2 Four firms responded to the City's request for proposals: • Berryman & Henigar • KFM Engineering • RBF Consulting • Willdan Associates Staff independently reviewed the firms' qualifications„ past experience on similar projects, and availability, and ranked KFM Engineering, Inc., (KFM) the highest. Upon selection, staff negotiated with KFM to provide the necessary scope of services for a fee of $93,285. KFM has completed engineering services competently and professionally on similar projects for our City and other local agencies in Southern California. A portion of the funds for this project was incorrectly budgeted in Account No. 7251 - 05100584 (Contributions). The funding sources are through the Measure M Combined Transportation Funding Program (Intersection Improvement Program $67,200; and Growth Management Area #8 $60,000), and should have been budgeted in Account No. 7284- C5100584. The City competes for these funds with other local agencies and during the budgeting process staff anticipated an award of $37,000 from Growth Management Area #8. The actual award has been increased by $23,000 for a total of $60,000. Funds for this project are available in the following account: Account Name Account Number Amount OCCTFP 7284- C5100584 $ 93,285 Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director ^I I, Bill •• 1 City Engineer Attachments: Project Location Map Professional Services Agreement Exhibit "A" Scope of Services Exhibit "B" Schedule of Hourly Billing Rates X.- �Ro`s��-t L�CA't'�oN KA14`t AIX 'Y V. K� � i ' ` .. . L�1 _ �id'U T ^. � ,.. ' . J ",1 _•- ��...� a�,_'�i''�',: i _ o'%. n' +d'110'. �Y� - _r. -ris. - i . _ �� .ltAGRINU(I.6LVD.'�y':4'� = Y... -� `°J,..Zt :•r ter. -;i 't: 'S,G�.`�:: {. -^� �_„ 7. >� s•f ��,_ t �J._cT_C�:'i`?� lj' —T.` '� -`.t.. r'�t}�i. .ji ':i� _ rsf� �a : =:t►� �5-: �� : 'x i'- >k. aaEUUUWr. mlm o,aappq, s P„ws aaaen torn sdnrwAm n :t :« "� MACARTHUR BLVD JAMBDREE RD. 347( „n � INTERSECTION (ALT A) t� Cr: TD n1.Q WE RtMf� Br out oA¢ ono CITY OF IRVINE & NEWPORT BEACH •'s. P B . ..n+ WOWS C�GiTIWT' Li 3 DRAFT PROFESSIONAL SERVICES AGREEMENT FOR JAMBOREE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS THIS AGREEMENT, entered into this day of 2000, by and between CITY OF NEWPORT BEACH , a Municipal Corporation (hereinafter referred to as "City "), and KFM Engineering, Inc., whose address is 26632 Towne Centre Drive, Suite 240, Foothill Ranch, California, 92610, (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 improvements to Jamboree Road and MacArthur Boulevard hereinafter referred to PROJECT. C. City desires to engage Consultant to provide professional engineering services for intersection improvements which include widening MacAuhur Boulevard in order to add a second northbound and southbound left turn lane as well as a dedicated northbound right turn lane approaching Jamboree Road upon the terms and conditions contained in this Agreement. D. The principal member for the Consultant for the purpose of this Project is Rick Kreuzer, P.E., President. 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 of 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 24th day of October 2000, and shall terminate on the 30th day of June 2003, 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 shall not exceed the total contract price of ninety three thousand two hundred eighty five dollars ($93,285). -2- 3.9 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 billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly 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. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. -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 the 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 and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants 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, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 5. 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 CS to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in 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 that Consultant shall follow the desires of City only in 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 Rick Kreuzer, P.E. 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 -5- 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. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified below. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the 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, and 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 either telephone, fax, hand delivery or mail. 12 9. CITY POLICY Consultant will 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 the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE 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 /or his/her duly 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 active negligence or willful misconduct of City, its officers or employees, and shall include -7- 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. 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 workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A- VII or better carriers, unless otherwise approved by City Risk Manager. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance 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 10 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 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). 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 Consultant's 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, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing 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 IQ 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. 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 -10- 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 the release of information is authorized by City. 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 and will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. -11- 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff, City Engineer 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 for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive -12- 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 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 borne 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 do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation -13- of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in 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. Ali notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Bill Patapoff, City Engineer City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Rick Kreuzer, P.E. President KFM Engineereing, Inc. 26632 Towne Centre Drive, Suite 240 Foothill Ranch, CA 92610 (949) 580 -3838 Fax(949)580 -3837 -14- 26. TERMINATION In the event either part 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 by defaulting party from the other party 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 -15- same or any other term, covenant or condition contained herein whether of the same or a different character. 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 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 -16- authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. 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: 0 Robin Clauson Assistant City Attorney ATTEST: CITY OF NEWPORT BEACH A Municipal Corporation Mayor City of Newport Beach CONSULTANT By: By: LaVonne Harkless Rick Kreuzer, P.E. City Clerk President \\ mis_ llsys \usem\pbvAshamd\agmements \fy 00 -01Vdm- jamboree road macarthur intersection.doc -17- C) kA "A' KFM September 28, 2000 Mr. Bill Patapoff, P.E. City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 SM 2 92000 r RE: Revised Proposal for Professional Engineering Services for the Jamboree Road / Macarthur Boulevard Intersection Improvements. Dear Mr. Patapoff: KFM appreciates the opportunity to submit this proposal. We believe we are very well qualified for the subject project, having completed numerous intersection widening projects within Orange County over the last three years. Our proposal is formatted as follows: SECTION 1.0 ............PROJECT OVERVIEW SECTION 2.0 ............SCOPE OF WORK SECTION 3.0 ............MANHOUR ALLOCATION SECTION 4.0 ............SCHEDULE SECTION 5.0 ............QUALIFICATIONS Per the requirements of the RFP, we have enclosed our proposed fee in a separate sealed envelope. Once again, we appreciate the opportunity to be of further service to the City of Newport Beach. If you have any questions regarding this proposal or require additional information, please do not hesitate to give me a call. Re 4tfullbmitted: /00 Rick Kreuzer, P.E. President 26052 Tcvrne Centre Drive • Suite 240 • Foothill Ranch • California Ph: 949.580.3838 Fax; 540.560.3837 92610 1.0 PROJECT OVERVIEW The City of Newport Beach has solicited proposals for the design of improvements to the Jamboree Road / MacArthur Boulevard intersection. The proposed improvements consist of widening MacArthur Boulevard in order to add a second northbound and southbound left turn lane as well as a dedicated northbound right turn lane approaching Jamboree Road. This northbound right will serve to alleviate a significant amount of "cut through" traffic which utilizes Fairchild Road in the A.M. peak to avoid the congested intersection. The right turn lane will greatly improve this situation. Another proposed improvement will be the modification of the existing raised "pork chop" median island in the northeast quadrant of the intersection for the purpose of eliminating the W/B Jamboree to N/B MacArthur free right turn. This free right turn is underutilized and, according to City staff, deleting it will not adversely affect the future Level of Service of the intersection. Furthermore, the elimination of the free right will alleviate an existing weaving problem due to the proximity of the existing bus stop and driveway on the north leg of MacArthur Boulevard. In preparation of this proposal, KFM has: • Conducted a thorough field review of the project and developed a comprehensive photo log to document existing site conditions. • Collected and reviewed City drainage atlas sheets for the project area. • Discussed the project with City staff. We believe these research efforts have given us a good understanding of the project requirements and the key issues, as summarized below, which we believe will need to be addressed for successful completion of the project. KEYISSUES Geometrics As discussed in detail in the scope of work section of this proposal, KFM will prepare a detailed Geometric Plan for City approval prior to commencement of right -of -way acquisition documents and final plans. This plan will tie down all improvements (stations /offsets and curve data) and will also present multiple options for the reconfiguration of the raised island in the northeast quadrant of the intersection. The projected future left and right turn peak hour turning volumes will be coordinated closely with City traffic staff in order to set the proper pocket lengths. Another design consideration when developing the geometric design will be to accommodate the ultimate roadway configuration for Jamboree Road which calls for 4 through lanes in the southbound direction through the intersection. Our geometric alignment will be developed to minimize future "throw -away" costs upon implementation of these ultimate improvements. Right of Way There are three parcels which will be impacted on the southeast corner due to the proposed improvements. Additionally, there will be excess public right of way on the northeast corner due to the proposed "pulling in" of the curb return in this area. KFM will prepare all right of way documents required (legal, plats, deeds, etc.) necessary to affect the acquisition /transfer of land necessary to construct the project. KFM has recently prepared an aggregate total of over 200 legal descriptions and plats for the acquisition of tight -of -way for the Katella Avenue and Imperial Highway Smart Street Improvement projects. Drainage As evidenced in the photograph below, there exists a battery of three storm drain inlets on the east side of MacArthur south of the intersection. Furthermore, there is another battery of three inlets on Jamboree Road leg of the southeast corner. The construction of a right turn lane will necessitate the reconstruction of all six of these inlets at the new curb line location. KFM will complete a hydrology analysis including flooded - width and inlet sizing calculations in order to justify the location and size of the inlets required to satisfy the flooded width criteria for the project. Retaining Wall As depicted in the figure above the construction of a right turn lane on the southeast corner will encroach into a pretty significant slope which separates MacArthur Boulevard from the parking lot on top of the slope. We estimate that the proposed wall could be as high as 12 to 14 feet. Due to the significance of this wall, KFM will not be using a cookbook (standard plan) for the basis of design, but will employ the services of a structural designer, McLean & Schultz, to provide site specific design details /calculations for the wall. This approach will also enable us to address special footing requirements should there be any utility conflicts and to incorporate any wall aesthetic features such as special facing treatments, if the City so desires. Utility Coordination Utility coordination is a very important aspect of any project. KFM employs a very comprehensive and detailed approach to coordinating with utility agencies. Of particular concern will be the Southern California Edison and Pacific Bell Telephone vaults located on the southeast corner. Both of these vaults, depicted in the photos below, will require relocation and /or adjustment (including traffic bearing lids) in order to accommodate the proposed widening. KFM shall establish early contact with the service planners for these facilities to insure that the modifications to these facilities do not impact the construction schedule for this project. Agency Coordination The southeast corner of the intersection is in the City of Irvine. KFM will proactively coordinate with City of Irvine staff regarding the proposed improvements as well as the right of way acquisition required within their City. KFM staff, while with LIMA Engineering, completed numerous design projects for the City of Irvine. We are familiar with their staff and their design guidelines. Project Management No project is successful without effective project management. KFM Engineering was founded on the philosophy of providing hands -on, experienced, proactive project management on all projects. This project will be no exception. Our proposed Project Manager, Rick Kreuzer, has 17 years of design and project management experience. He will not only be involved with project management and oversight, but will also be involved in day to day design of the project. We strongly encourage the City of Newport Beach to contact any of our client references cited herein regarding Mr. Kreuzer's and the balance of KFM Team's performance on past projects. 2.0 SCOPE OF WORK Task 1— Data Collection KFM shall collect and review all record information including, but not necessarily limited to, the following: • As -built drawings * • Utility record drawings • Right -of -way record maps " • Assessors parcel maps • Benchmark information • Centerline intersection ties • Drainage Index Maps * * denotes information already gathered by KFM in preparation of this proposal. Task 2 — Field Survey Field survey work shall consist of the following subtasks: ♦ HorizontalNertical Tie in centerline monumentation and run bench loop. ♦ Aerial Control Set aerial targets and tie -in to horizontal / vertical control. ♦ Cross Sections Survey cross sections will be taken at 25 foot intervals for the entire project stretch. Elevations shall be obtained at centerline, lane lines, grade breaks, lip of gutter, flowline, top of curb and to 20' beyond the proposed right of way. ♦ Grid Survey A complete grid survey of the Jamboree / Macarthur intersection will be completed. Elevations will be taken on a 10 foot grid for the entire intersection. ♦ Monumentation Locate existing centerline monumentation and reset with temporary points, as required. Surface Topography Locations /elevations will be picked up for all existing site features (manholes, valves, pedestals, signs, etc.) to a minimum of 20' beyond the proposed right of way. This information will supplement the aerial base sheets. Subsurface Information Sewer manholes and storm drain inlets, catch basins, and manholes will be dipped to obtain accurate invert elevations. This as -built information will be critical to avoiding utility conflicts during construction. Task 3 — Aerial Topographic Mapping Aerial topographic mapping will be completed at V =40' scale for the subject project. Mapping will extend to a minimum of 50 feet beyond the proposed roadway right -of -way. Contours will be depicted at 1 foot intervals. All surface features such as manholes, valves, vaults and the like will be depicted. Task 4 — Base Mapping Aerial mapping will be downloaded into KFM's CADD system. Utilizing information obtained under Tasks 1 through 3, KFM will plot all property lines, street right -of -way lines, and underground utility lines. Task 5 — Field Reviews The value of conducting thorough field reviews on a project cannot be underestimated. KFM believes very strongly in walking our projects in the field throughout the base mapping and design stages of a project to insure all design issues are considered. Thorough field reviews will be conducted by the KFM project team throughout the duration of the project. Task 6 — Utility Investigation and Coordination Utility coordination will be ongoing throughout the duration of this project and will consist of the following tasks: ♦ Obtain plans showing location and size of all utility lines and appurtenances within the project area. ♦ Plot utility lines on Base Map (Task 4). ♦ Cross check plotted locations above with field review information to insure that existing lines are shown in the proper location. Request potholing from utility companies, as warranted. ♦ Upon finalizing the proposed roadway improvements, determine where potential utility conflicts exist and where utility modifications are warranted. ♦ Coordinate with affected utility companies regarding conflicts, relocations and improvements. Two (2) full sets of plans will be submitted for comment to each utility agency concurrent with all KFM submittals to the City for plan check. All correspondence with utility companies will be sent via certified mail. Task 7— Geotechnfcal Report Field work will consist of the following: • Core through the existing pavement at 5 locations. Also obtain subgrade samples by hand auger. These activities will require lane closure and full traffic control. Provisions have been made to complete this work on the weekends or during other periods with lower traffic volumes, if necessary. Drill 3 borings to total depths of 20 to 25 feet in close proximity to the proposed retaining wall. The alignment is located on a slope which is currently landscaped with brush. A tripod drill rig will be used so that disturbance is minimized and so that the borings are located close to the actual position proposed for the wall. All borings will be continuously logged at the time of drilling and samples will be recovered for laboratory testing to establish engineering properties of the soils. The testing will consist of the following: - Moisture Content and Unit Weight - Percent Passing No. 200 Sieve - Maximum Density - Direct Shear - Expansion Index - Consolidation - R -Value - Soluble Sulfates The field and laboratory work will be compiled and presented in a written report which will also address the following design issues: - Existing Pavement Sections - Subsurface Soil Conditions - Groundwater - Expansion Potential - Subgrade Preparation - Backfill and Drainage Requirements for Retaining Walls - Design Earth Pressures - Vertical and Lateral Capacities for Wall Foundations - Flexible Pavement - Foundation Concrete Task 8 — Geometric Plan The objective of this task is to formalize the horizontal geometrics for the proposed improvements prior to proceeding on with the preparation of right of way acquisition documents and final plans. The Geometric Plan will be prepared at a scale of 1 " =40'. All proposed curb and new right of way lines will be shown. Additionally, the reconfiguration of the existing "porkchop" island on the northeast quadrant of the intersection will be analyzed and a recommended alternative will be put forward by KFM for the City's approval. The Geometric Plan will also depict all proposed pavement striping as well as any raised median reconstruction required. All improvements will be tied down horizontally with stations and offsets. All curve data will be summarized in tabular format. Task 9 — Aesthetic Concept Plan An aesthetic concept plan will be developed at a scale of 1 " =40' for the subject project. The purpose of the plan will be to depict the proposed landscaping improvements and wall facing treatments. Color graphics and sectional views will be developed and presented to the City of Newport Beach and the City of Irvine for review and approval prior to commencing the preparation of final plans. Task 10 — Right of Way Engineering This task will include the preparation of legal descriptions and plats for all proposed parcel acquisitions, including all Temporary Construction Easements (TCE's) required. The improvements on the southeast quadrant of the intersection (NB MacArthur right turn) will require partial acquisition of three parcels, summarized as follows: AP# Description 445 - 132 -09 Office Space on SE Corner 445- 132 -16 Office Space s/o above 445 - 132 -07 Office Space s/o above Additionally, the reconfiguration of the raised "pork chop" island and the corresponding "pulling in" of the curb return in the northeast quadrant of the intersection will result in excess public right -of -way at this corner. Our scope includes any legal /plat/deed preparation required to transfer this excess right of way to the property owner (Koll /Conexant) should the City so desire. Otherwise, the City may choose to hold on to the existing right of way and upgrade /retrofit it with additional landscaping. This scenario is also been accounted for in our scope for preparation of PS &E (Task 10). The provision of Preliminary Title Reports for the affected parcels are not included in our scope of work/fee. We have assumed that the City of Newport Beach would procure these reports through the title company of their choice and provide them to KFM Engineering. Task 11— Final PS &E Based upon the approved Geometric Plan resulting from Task 8, KFM will complete the construction bid documents in the form of finals plans, specifications and estimates (PS &E). We envision the following plan set: Description # Sheets • Title Sheet ........................................................ ..............................1 • Typical Sections ............................................... ..............................1 • Details .............................................................. ..............................1 • Roadway Plan & Profile .................................... ..............................2 • Intersection Grid Plan ....................................... ..............................1 • Retaining Wall Plan and Profile ........................ ..............................1 • Retaining Wall Details ...................................... ..............................1 • Storm Drain Lateral Plan & Profile ................... ..............................1 • Landscaping Plans ........................................... ..............................2 • Irrigation Plans ................................................. ..............................2 • Street Light Plans ............................................. ..............................1 • Signing and Striping Plans ............................... ..............................1 • Traffic Signal Modification Plans ....................... ..............................1 • Traffic Control Plans ......................................... ..............................2 • Cross Sections .............................................. ............................... 8 TOTAL .......................... 26 Sheets Roadway plan and profile sheets will be prepared at 1 " =40' horizontal and 1 " =4' vertical scale. The plans will depict all proposed roadway improvements, including the necessary relocation of existing utility lines and /or at -grade facilities. Profiles will depict all (median and parkway) existing and new top of curb elevations for the median and parkway. Any grade breaks within the roadway cross section will also be addressed The intersection grid plan will show existing and proposed grades on a 10 foot grid pattern for the entire Macarthur / Jamboree Intersection. This plan will be prepared at a scale of 1 " =20'. Retaining wall plan and profile plans will be prepared at a scale of 1 " =40' horizontal, 1 " =4' vertical. Due to the size of the adjacent slope and the multitude of utilities in the project area, we are anticipating the preparation of a special design for this wall (not an off - the -shelf standard plan) and have thus included a retaining wall detail sheet to depict the wall cross section and to incorporate any special aesthetic features the City may want to include. There are six large storm drain catch basins which will require reconstruction due to the implementation of the right turn lane. Therefore, we have included the preparation of a storm drain lateral plan and profile sheet to depict these improvements. This plan will depict each inlet / lateral connection at a scale of 1 " =20' horizontal, 1 " =2' vertical. All required improvements will be depicted, including the collar connections to the existing laterals. Note: In support of the storm drain improvements, KFM will compute hydrology, flooded width, and inlet sizing calculations to satisfy the City's drainage design criteria. These calculations will be formulated into a Drainage Report for the project area which will serve to substantiate the proposed storm drain improvements. This report is included in our scope of work for preparation of lateral plan and profile drawings under Task 10. We have included provisions for retrofit landscape and irrigation improvements for those areas which are affected by the proposed widening as well as new landscaping and irrigation improvements in the raised median on the north and south legs of the intersection. Landscaping and Irrigation plans will be prepared at a scale of 1 " =20' in double plan format. Street light plans will be prepared at 1 " =40' scale in double plan format. All modifications and /or new improvements will be depicted. KFM will coordinate service points of connection with SCE. Signing and striping plans will be prepared at 1 " =40' in double plan format. A traffic signal modification plan for the intersection will be prepared at a scale of 1 " =20'. Supporting details will be provided, as necessary. Due to the high volume of traffic in the project area, we have included preparation of traffic control plans in our scope of work. We have assumed there would be two phases of work (Phase 1 for outside widening; Phase 2 for median work) each requiring one 40 scale traffic control plan in double plan format. All plans will be prepared using AutoCAD 14. Final mylars and digital files will be provided to the City upon final approval of the plans. Quantities and cost estimates shall be completed for the project and submitted with the plans along with all project submittals. Task 12 — Project Coordination and Meetings KFM shall provide all necessary coordination activities and attend all project related meetings for the duration of the project. No additional compensation will be requested by KFM, regardless of the number of meetings. Task 13 — Bidding and Construction Support This task shall include provision of bid addenda and /or plan clarifications, as well as attendance at the project preconstruction meeting and other pertinent meetings. KFM shall also be available to City staff during the construction period to answer questions and provide clarification to plan and specification issues, as needed. Task 14 —As -Built Drawings Upon completion of construction, KFM shall complete as -built drawings for the project. One hard copy set of plans (mylar), along with digital files will be delivered to the City upon completion. Task 15 — Reimbursables KFM shall provide all reimbursables (mileage, printing, plotting, etc.) for the duration of the project, excluding bid set reproduction which will be the responsibility of the City of Newport Beach. 3.0 MANHOUR ALLOCATION Exhibit A below summarizes the manhours, by task, estimated to complete the scope of work outlined in Section 2.0 of this proposal. CITY OF NEWPORT BEACH MANHOUR ALLOCATION EXHIBIT A TASK KFM STAFF TOTA KFM HHOURS SUBS. TOTAL PM PE CADD SURVEY 1. DATA COLLECTION 2 2 4 4 2. FI9.D SURVEY - HotvnntaWettiW Control 1 2 3 3 -AerW Control 1 6 7 7 - Cross Secbm & Grids 1 20 11 21 - Monumerrmtion 1 4 5 5 - Surface Topography 1 8 9 9 - Subsurfa lnfomutlon 1 4 5 5 3. AERIAL TOPOGRAPHIC MAPPING 1 1 16 17 4. BASE MAPPING 1 4 16 1 11 21 5. FIELD REVEWS 4 8 11 12 6. UTILITY INVESTIGATION AND COORDINATION 2 8 6 M 16 7. GEOTECHNICAL REPORT 1 2 3 75 78 S. GEOMETRIC PLAN 8 32 24 64 64 9. RIGHT -OF -WAY ENGWEERING 4 16 12 31 32 10. AESTHETIC CONCEPT PLAN 4 8 8 10 16 36 11. FI4ALPS &E -Tale Shit 1 1 2 4 7 7 -T isalSations 1 4 16 12 31 32 -DctaBs 1 4 12 16 31 32 -R22t Plan &Profie 2 8 40 64 111 112 - fiftmeftn Grid Plan 1 4 12 12 18 28 Rdainim WaI Plan & Profile 1 2 16 20 38 38 - Rdm�ning Wn11 Dda& 1 1 2 8 11 30 41 - Stoner Dmm lateral Plan & Profile I 4 16 16 36 36 Plans 2 2 4 6 30 36 -hTigafion Pim 2 2 4 6 30 36 -Shea Light Plan 1 2 12 16 30 30 -Signing & Suting Plan 1 2 B 12 11 22 - Traffic SWW Modification Plan 1 2 24 32 58 58 - Tmfik Control Plans 2 4 16 24 44 44 -Cross SOC ioMS 8 8 16 32 56 56 -S 'rxtioW 12 12 14 24 -Cost Eelirrate 4 8 11 12 12. PROJECT COORDINATION & MEMM40S 8 12 10 20 13. BIDDING & CONSTRUCTION SUPPORT 2 6 6 14 14 14. AS -BUILT DRAWINGS 2 4 6 11 12 15. RED BURSA13LFS E NIA TOTAL MANHOURS 111 322 346 44 823 197 1020 4.0 SCHEDULE The project schedule is depicted graphically on Exhibit B on the following page. This schedule has been developed based upon an assumed agency review duration of fifteen days for the 50% and final reviews and a review duration of 10 days each for the 100% and final design reviews. Significant project milestones are summarized as follows: Noticeto Proceed ................... ............................... ............................Day 1 Submit PS &E for 50% Design Review ........... ............................... Week 13 Submit PS &E for 100% Design Review ......... ............................... Week 18 Submit PS &E for Final Review ...................... ............................... Week 21 PS &E Approved; Project Compl ete ............... ............................... Week 24 d d r m° m ww a� x'o wa O F U W U4 d� Ha H W�z �6 FA U fZ WW W O v r-i bA i� �W oaa oovvvvv vv vU) aU) o O O L N L) 0 0 0 0 0 0 0 0 0 0 0 [y -o 1b I- 1-�SlIF d U O tA c Iq 5.0 QUALIFICATIONS PROJECT TEAM KFM Engineering, Inc. has assembled a Project Team which is knowledgeable and experienced in all aspects of the subject project. The Project Team structure is illustrated on Exhibit C on the following page. Personal resumes of the key team members identified are enclosed at the end of this proposal section. The Project Manager for the project will be Mr. Rick Kreuzer, P.E. Mr. Kreuzer is a Registered Civil Engineer in California with 17 years of civil engineering experience, including three years with the Orange County Environmental Management Agency as a construction inspector, one year as a Project Engineer for a major Orange County contractor and the last eleven years as a consultant. As the Project Manager, Mr. Kreuzer will have overall technical responsibility for the project and will be the client's primary contact. He will also have "hands -on" involvement in the day to day design of the project. His experience is well suited to this project, as summarized below: • 17+ years as a consultant with an emphasis in public works design. • Numerous storm drain, roadway widening, and reconstruction /rehabilitation projects completed for various cities in Orange County over the past seventeen years. • Extensive experience coordinating with utility companies. • 3 years with OCEMA as field inspector on public works projects. He has a strong understanding of the construction elements to be considered on a project of this type. The Project Engineer responsible for the roadway, storm drain and retaining wall design on the project will be Gary Hammerlee, P.E. Mr. Hammerlee recently joined KFM Engineering. He is a Registered Engineer in the State of California with 10+ years of public works design experience. Ed Miller, P.E., T.E. will be responsible for the design of the traffic elements of the project, including the development of striping, street lighting, traffic signal, and traffic control plans. Mr. Miller has 16 years of experience in transportation /traffic design. Mr. Miller is a Registered Civil and Traffic Engineer in the State of California. The field surveying for the project will be under the direction of Ted Krull, L.S. Mr. Krull serves as KFM's survey party chief. He is a Registered Land Surveyor in the State of California with over 22 years of professional experience. David Jarvi, EIT will be responsible for the preparation of right of way documentation for the project. Mr. Jarvi recently completed over 100 legal descriptions /plats for right of way acquisition along Katella Avenue for the City of Anaheim. Arrowhead Mapping of San Bernardino will supply the aerial mapping for the project. They have worked extensively with KFM over the last 5 years. Brian Constant, P.E. of Constant and Dickey (CDI) will oversee the geotechnical report for the project. CDI is currently working on multiple projects as a subconsultant to KFM. P: LAT, § � L * ■ E , § 4 } .e- ` § S {t160 / §3a § Ld 96 \ § §2� §� �){ _ k ■7� ■$� g)�B I\ � aJ If � ) ! s § I McLean & Schultz (M &S) will be providing the necessary structural calculations and details for the retaining wall. M &S has also worked extensively with KFM on past projects. Clark and Green (C &G) are a Costa Mesa based landscape architecture firm providing landscape planning and design services to the public sector. C &G served as KFM's landscapeArrigation designers on the Katella Avenue Smart Street project recently completed for the City of Anaheim. C &G also provided the design (as a subconsultant to KFM) for the landscape improvements on the San Miguel roadway widening project recently completed for the City of Newport Beach. RELEVANT EXPERIENCE The following provides a summary of the most relevant and recent projects KFM has completed. PROJECT: Katella Avenue Smart Street Improvements Phases 1 and 2 LIMITS: CLIENT: REFERENCE: CONSTRUCTION VALUE: A/E FEE: SCHEDULE: Interstate 5 to Ninth Street City of Anaheim Mr. Ralph Harp (714) 765 -5175 $40,000,000 $1,600,000 Construction On- going, Completion November 2000 KFM completed and obtained approval of an Alignment Study and final design for the widening of 3 miles of Katella Avenue along the Disneyland and Anaheim Convention Center frontages. This project included the widening of four major intersections, namely Katella /Raster, Katella /Harbor, Katella/West and Katella/Walnut. The construction of Phase 1, from 1 -5 to Harbor Boulevard, was completed in June of 1999. Phase 2, extending from Harbor Boulevard to Ninth Street, is currently under construction and is slated for completion in November of 2000. The total construction value of both phases is approximately $40 million. The project included the design of street, storm drain, sewer, water, landscape, streetscape and traffic signal improvements. In addition, KFM staff completed legal descriptions and plats for the acquisition of all right -of -way required to construct the project. Significant project elements included the design of a double 8.5 foot x 8 foot concrete box culvert and detailed design of custom bus shelters, street lights, vault covers, traffic signals and entry monuments in conformance with Anaheim Resort Area (ARA) standards and aesthetic guidelines. All KFM design work on this project was completed on -time and within budget. The following depict some before and after photographs for the recently constructed Phase 1 portion of the project. (Before) (After) (Before) (After) PROJECT: Fairview / Baker Intersection Improvements CLIENT: City of Costa Mesa REFERENCE: Mr. David Sorge (714) 754 -5183 CONSTRUCTION VALUE: $1,500,000 SCHEDULE: Design completed, construction underway KFM completed the design of widening improvements to the intersection of Fairview Road and Baker Street in the City of Costa Mesa. This project included the design of street, storm drain, utility relocation, landscape and irrigation improvements. PROJECT: Imperial Highway Smart Street Improvements CLIENT: City of La Habra REFERENCE: Mr. Majdi Ataya (562) 905 -9721 CONSTRUCTION VALUE: $18,000,000 SCHEDULE: Design 90% complete, Construction in 2001 KFM is currently completing the design of roadway improvements on Imperial Highway from the Los Angeles County Line to Rose Drive, a total distance of 8.5 miles. This project includes widening improvements to eight (8) major intersections along Imperial Highway. KFM's design efforts cover street, storm drain, sound wall, utility, signal and striping, traffic signal modification, street lighting, and landscape /irrigation improvements. The plan set for this project consists of over 300 plan sheets and will be processed by KFM through Caltrans District 12 for approval. KFM is also completing all right of way engineering for this project consisting of a comprehensive right of way acquisition map and legal descriptions and plats for the partial right of way acquisition of 124 parcels. Rick Kreuzer, P.E. Education Bachelor of Science in Civil Engineering University of California, Irvine, CA 1983 Certificate Program in Construction Management American Society of Civil Engineers, 1987 Affiliation American Society of Civil Engineers Institute of Transportation Engineers Registration Registered Civil Engineer (California) Registered Civil Engineer (New Mexico) Experience KFM Engineering, Inc. Rick Kreuzer is the President of KFM Engineering. He has over 17 years of civil engineering experience. Mr. Kreuzees experience as a Project Manager includes the following projects: Precise alignment, final design and right -of -way engineering for the widening of Katella Avenue in the City of Anaheim including roadway, storm drain, sewer, water and traffic signal improvements. Total project costs, including right -of -way acquisition, is $20,000,000. Project Manager for the rehabilitation of MacArthur Boulevard in the City of Newport Beach. Project Manager for the widening of San Miguel Drive in the City of Newport Beach. Project Manager for the rehabilitation of Artesia Boulevard from Knott Avenue to Beach Boulevard in the City of Buena Park. Project Manager for the reconstruction of Fairview Road from Fair Drive to Baker Street in the City of Costa Mesa. Project Manager for the rehabilitation of Yorba Linda Boulevard from Kraemer Boulevard to Linda Vista Drive (2.5 miles) in the City of Placentia. Final design for the Beach Boulevard /Imperial Highway Intersection Improvements in the City of La Habra. This project is subject to Caltrans District 12 oversight. Final design for street and storm drain improvement on 15th Street from Old Newport Avenue to Irvine Avenue in Newport Beach, California. Total project length was approximately one mile. Precise alignment and final design for the Imperial Highway Smart Street Improvements from the Los Angeles County Line to Rose Drive, a distance of 8.5 miles. This project traversed through the Cities of La Habra, Fullerton, Placentia, Brea and Yorba Linda. Rick Kreuzer, P.E. KFM Engineering, Inc. Implementation Plan, including alignment drawings, for Katella Avenue Smart Street from 1-605 to SR 55, a distance of 14.5 miles. This project traversed the Cities of Los Alamitos, Cypress, Stanton, Garden Grove, Anaheim and Orange, as well as the County of Orange. Project Manager for the rehabilitation of MacArthur Boulevard from Campus Drive to Jamboree Road (1 mile) in the City of Newport Beach. Implementation Plan, including alignment drawings, for Imperial Highway Smart Street from the Los Angeles County Line to SR 91, a distance of 12.5 miles. This project traversed the Cities of La Habra, Fullerton, Brea, Placentia and Yorba Linda. Project report, design and PS &E for the widening of the SR -55 freeway from 17th Street to the SR -22 freeway for the Orange County Transportation Authority and Caltrans District 12, including hydrology study, drainage design, utility relocation, traffic management plan, construction staging and traffic control. Project report, design and PS &E for the upgrading and widening of 4 signalized intersections on Lake Forest Drive in South Orange County, including geometry, retaining walls signing, striping, traffic signal modifications and right of way plans. This project required coordination with Caltrans District 12 regarding the 1 -405 /1-ake Forest of and on ramps. Design and PS &E for a 1 mile section of the Foothill Transportation Corridor (SR 241), and the Avenida De Las Banderas interchange in South Orange County for TCA and Caltrans District 12. The project included geometrics, grading, drainage, lighting, signing, striping, traffic signals and electrical systems. Specific design responsibilities included preparation of the hydrology /hydraulic report and the preparation of drainage PS &E. Design and PS &E for the widening of 1 mile of Gale Avenue into Caltrans SR-60 freeway right of way involving geometry, drainage modifications, signing, striping, traffic control and identification of right of way requirements, for the City of Industry and Caltrans District 7. Design and PS &E for the widening of the northbound off -ramp at the SR 60 /Azusa Avenue interchange for the City of Industry and Caltrans District 7. The project involved ramp widening, traffic signal modifications, retaining wall, drainage modifications and signing and striping. Design and PS &E for a 4 mile widening of the Pacific Coast Highway (SR 1) in Newport Beach, including design of highway geometrics, intersection channelization, drainage, soundwalls, reinforced earth embankment, 30 -inch water line, street lighting & the preparation of right of way documents. The plans were processed through and approved by Caltrans District 7. Project Study Report (PSR) for the widening of MacArthur Boulevard from Main Street to Campus Drive, in the City of Irvine, including bridge widening, ramp modifications at the 1 -405 interchange, coordination with Agencies involved in the expansion of the John Wayne Airport, and discussions, review and approval by Caltrans. The report was prepared in accordance with Caltrans procedures. Project Manager for the preparation of the East Newport Heights Drainage Study for the City of Newport Beach. Philadelphia Street stone drain in the City of Chino. Amapola Storm Drain project for the Orange County Environmental Management Agency. Darby Storm Drain project for the Los Angeles County Flood Control District. Rick Kreuter, P.E. KFM Engineering, Inc. Lincoln Avenue storm drain project in the City of Anaheim. Los Molinos storm drain project in the City of San Clemente. Four mile widening and reconstruction of Pacific Coast Highway in Newport Beach. Responsibilities included design of highway geometrics, channelization, major storm drain facilities, soundwall, mechanically stabilized embankment wall, 30 inch water line, street lighting, and right -of -way documents. This was a FAU project under review by Caltrans, with an estimated construction cost of $7,500,000. Preparation of plans, specifications and estimates for the construction of Main Street roadway improvements through the Village of Westpark in Irvine. This project included the design of approximately 6,000 feet of arterial highway improvements, as well as the design of 4,000 feet of a 12'x 7' reinforced concrete box drainage facility adjacent to the proposed roadway. Design of street and storm drain improvements for Jamboree Road from Pacific Coast Highway to Backbay Drive in the City of Newport Beach. Gary Hammerle, P. E. Education Bachelor of Science in Civil Engineering California State Polytechnic University, Pomona, 1990 Continuing coursework in Land Surveying Rancho Santiago College, Orange, CA Affiliations American Society of Civil Engineers Registration Registered Civil Engineer (California) Experience KFM Engineering, Inc. Recently joined KFM Engineering, having been with Psomas for 2 years; and other firms for 8 years. Background Mr. Hammede has more than ten years of professional civil engineering experience with various types of land development and public works projects. As a Project Engineer /Manager, he is responsible for the management and design of public works projects. He also coordinates the project production effort and interfaces with clients, subconsultants and governmental agencies to obtain project approvals. Projects Orangewood Avenue, Garden Grove, CA Project Engineer for the extension of a 63" storm drain line to alleviate flooding of several local streets for the City of Garden Grove. The City Drive, Orange, CA Project Engineer for the street widening design, utility relocation, right -of -way acquisition documents and construction assistance for the City of Orange. La Veta Avenue and Glassell Street, Orange, CA Project Engineer for the street widening design and utility relocation for the City of Orange. Crescent Avenue, Anaheim, CA Project Engineer for the analysis and design of a parallel sanitary sewer line for the City of Anaheim. Sycamore Street, Anaheim, CA Project Engineer for the replacement of sanitary sewer lines for the City of Anaheim. Easement Acquisition Documents, Anaheim, CA Project Engineer for the research, legal descriptions and sketches for public utility easements for the City of Anaheim Public Utilities Department, Electrical Division. Glassell Street and Walnut Avenue, Orange, CA Project Engineer for the extension of the Walnut Avenue Storm Drain. Tasks included hydrology and hydraulic calculations, storm drain design and utility relocation for the City of Orange. Gary Hammerle, P.E. KFM Engineering, Inc. Indian Ridge Country Club, Palm Desert, CA Project Engineer for the Clubhouse and Sports Club facilities as part of a golf course residential development project. Tasks included grading, drainage and utility design for Sunrise Development. Indian Ridge Country Club, Palm Desert, CA Project Designer for mass and precise grading of two championship golf courses and adjoining residential development for Sunrise Development. Moreno Valley Mail, Moreno Valley, CA Project Designer for grading, drainage, and parking lot layout of the ninety-acre regional mall for Homart Development. Vine, Bush, and Rose Streets, Anaheim, CA Project Engineer for design and hydraulic calculations for stone drain improvements for the City of Anaheim. Various Alleys, Placentia, CA Project Engineer for the rehabilitation of various alleys forthe City of Placentia. Costco Wholesale Store, Garden Grove, CA Project Designer for hydrology and hydraulic calculations, grading and drainage on the retail site for the City of Garden Grove. City of Hope Medical Center, Duarte, CA Project Designer for the civil design of the utility corridor serving several new buildings on campus. Project also involved grading, street and storm drain design as well as coordination with the mechanical engineering consultant for the City of Hope Medical Center. Chollas Heights Navy Housing, San Diego, CA Project Designer for the design of water improvements. Company History Merit Civil Engineering, Orange CA As a Principal /Project Engineer, responsible for all tasks required to complete several municipal improvement projects, including project proposals, design, calculations, specifications, cost estimates, right -of -way acquisition, and construction assistance. Psomas, Costa Mesa, CA As Design Engineer, in charge of computer -aided design and drafting of site improvement plans including grading and drainage, street and sewer, water and other utilities. Resolved design issues and coordinate construction with other consultants, contractors, and architects. Responsible for hydrology /hydraulic calculations, surface model creation and manipulation using VANGO software, prepared NPDES /SWPPP reports and prepared project reports and proposals. Fuscoe Engineering, Irvine, CA Design Engineer responsible for computer -aided design and drafting of site improvement plans, hydrology /hydraulic calculations, COGO calculations using VANGO software, parcel map calculations and preparation and preparation of project proposals and cost estimates. Engineering Service Corporation (ESCO), Palm Desert and Los Angeles, CA Project Engineer in charge of computer -aided design and drafting of various site improvement plans, supervised several designers /draftsmen, performed digital translations between GDS, AutoCAD, and MOSS software, surface model creation and manipulation using GDS and MOSS, and managed and maintained a MicroVAX/VMS computer system. Jeff Lund Education Civil Engineering Olympia Tech., Washington, 1984 Registration NICET Level II, No. 079621, 1994 Experience KFM Engineering, Inc. Jeff Lund is a Project Engineer with KFM Engineering, Inc. He has 13 years experience in the design and construction management of roadway improvement projects. Past assignments include: Project Engineer for the rehabilitation of Artesia Boulevard from Knott Avenue to Beach Boulevard in the City of Buena Park. Project Engineer for the reconstruction of Fairview Road from Fair Drive to Baker Street in the City of Costa Mesa. Project Engineer for the rehabilitation of Yorba Linda Boulevard from Kraemer Boulevard to Linda Vista Drive (2.5 miles) in the City of Placentia. Project Engineer for the rehabilitation of MacArthur Boulevard from Campus Drive to Jamboree Road (1 mile) in the City of Newport Beach. Project Engineer for the rehabilitation of Tustin Street from Fairhaven Street to Chapman Avenue (2 miles) in the City of Orange. Project Engineer for the rehabilitation of Tustin Street from Chapman Avenue to Collins Avenue (2 miles) in the City of Orange. Project Engineer for the rehabilitation of Ortega Highway from Del Obispo Street to 1 -5 ad for Del Obispo Street from Camino Capistrano to Alipaz for the City of San Juan Capistrano. Design Engineer for the Annual Roadway Resurfacing Project (Fiscal Year 1994 -95) in the City of Dana Point. Design Engineer for the rehabilitation of Lincoln Avenue in the City of Anaheim. Design Engineer for the rehabilitation of University Drive in the City of Irvine. Design Engineer for the rehabilitation of Marguerite Parkway in the City of Mission Viejo. Design Engineer for six roadway rehabilitation projects in the City of Irvine. Design Engineer for four roadway rehabilitation projects in the City of San Juan Capistrano. Design Engineer for the project report and PS &E for the upgrading of four major intersections on Lake Forest Drive in Orange County, including right-of-way engineering and utility coordination. Design Engineer for the Los Molinos Drive Rehabilitation project in the City of San Clemente. Ed Miller, Jr., P.E., T.E. Education Bachelor of Science in Civil Engineering The Pennsylvania State University, 1983 Affiliation American Society of Highway Engineers Train Riders Association of California Orange County Traffic Engineers Council Registration Registered Civil Engineer (California) Registered Transportation Engineer (California) Registered Civil Engineer (Maryland) Registered Civil Engineer (Arizona) Experience KFM Engineering, Inc. As a former Project/Traffic Engineer with UMA Engineering, Inc. in Irvine, California, Mr. Miller was responsible for the planning, design and contract administration of transportation projects. Past assignments include: Project Engineer for the Katella Avenue Smart Street for the City of Anaheim, California. This project involved the widening of a four lane arterial street to six lanes, plus left and right- turn lanes at intersections, and a raised center median with left -turn pockets. Project Manager for development of Ocean Boulevard traffic control plans for the Port of Long Beach. This project involved preparation of traffic control plans for four stages for reconstruction of a busy, three lane industrial roadway to include four travel lanes, a continuous left -turn lane, and right -turn lanes at intersections. Industrial traffic through the project was maintained in each stage of construction. Project Engineer for the preliminary and final design of interchange improvements at 1 -5 and Wheeler Ridge Road, south of Bakersfield. Project Manager for the precise alignment and final design for the widening of Imperial Highway (SR 90) from the Santa Ana River Bridge to Santa Ana Canyon Road in the City of Anaheim. Project Manager for the preparation of right -of -way maps and legal descriptions and plots for right -of- way acquisition of 14 parcels located near the Imperial Highway /La Palma Road intersection. Precise alignment and final design for the Imperial Highway Smart Street Improvements from the Los Angeles County Line to Rose Drive, a distance of 8.5 miles. This project traversed through the Cities of La Habra, Fullerton, Placentia, Brea and Yorba Linda. Implementation Plan, including alignment drawings, for Imperial Highway Smart Street from the Los Angeles County Line to SR 91, a distance of 12.5 miles. This project traversed the Cities of La Habra, Fullerton, Brea, Placentia and Yorba Linda. Engineer for the traffic design elements of the Lake Forest Drive intersection improvement project for the County of Orange. Ed Miller, Jr., P.E., T.E. KFM Engineering, Inc. Traffic Engineer for final design for the Beach Boulevard (SR 39) Smart Street improvements in the City of La Habra. This project included design of improvements to the Beach Boulevard /Imperial Highway intersection. Project was subject to Caltrans District 12 oversight. Traffic Engineer for the widening of the SR 55 freeway from 17th Street to the SR 22 freeway, responsible for stage construction and traffic control plans, for a traffic management plan, and for the preparation of a fact sheet. Project Engineer for a 1 mile section of the Foothill Transportation Corridor, SR 241, and the Avenida de las Banderas interchange for TCA and Caltrans District 12. Responsible for horizontal and vertical alignment design, development of Digital Terrain Model (DTM), contour grading plans, and organization of CADD production. Project Engineer for an on -call contact with Caltrans District 11 to determine passing lane locations on 330 miles of a 2 -lane highway in Imperial and San Diego Counties, responsible for video data collection, documentation of existing and future conditions, spot speed and vehicular classification studies and preparation of preliminary plans. Project Engineer for preparation of PSBE for the upgrading of 27 changeable message signs on the L.A. County Freeway System for Caltrans District 7. Responsible for the preparation of plans, specifications and estimates for 16 new and 11 upgraded signs, involving surveys, site development, maintenance access, traffic control, power and telephone service, and CADD production. Project Engineer providing engineering overview services to the Orange County Transportation Authority, including the review of Caltrans and consultant plans for upgrading the County freeway system. Duties included preparation of fact sheets on the 1 -5 and SR 55 widenings and the Imperial Highway Superstreet project, participation in PDT meetings on 1 -5, and value engineering on various highway HOV projects. David S. Jarvi, EIT Education Bachelor of Science in Civil Engineering California State University, Chico, 1992 Registration Engineer -in- Training (California) Experience KFM Engineering, Inc. Mr. Jarvi has had 7 years experience in General Civil and Transportation Engineering. During this time he has worked for different cities and International organizations. As a Peace Corps Volunteer in the country of Malawi (Southeast Africa) for the Municipality of Zomba, he evaluated and assisted consultants on local government development projects, inventoried and evaluated the infrastructure of the Municipality, and instructed subordinates on the usage of computers and their programs. Other duties included assisting the Municipal Engineer with decisions pertaining to the department's structure, building codes, and management procedures. Past assignments include: On -call design /CADD services for sewer and water projects in the City of South Gate. Katella Avenue Smart Street Improvements, Orange County, California. Design Engineer for sections of the Katella Avenue Smart Street running through the cities of Los Alamitos, Cypress, Anaheim and Stanton. Improvements included precise alignment, intersection widenings, spot widenings for constructing bus bays, traffic signal installations and modifications. Responsibilities included the preparation of base maps and cross sections, utility coordination, water vault design and the preparation of legal plats and descriptions. Project Engineer /Manager for Two Markets, Malawi, Africa. This project was funded by World Bank and took one and a half years to build. It was an open air market where food and other items could be purchased from the local farmers in the area. The market had standup concrete tables so that food was not sold off of the ground, and a roof for protection from the rain and sun. Project Engineer /Manager for Rehab of Bus Depot, Malawi, Africa. This project was funded by World Bank and took one and a half year to build. Ninety- percent of all travel done was by bus. The Municipality of Zomba was a major stopping point along the main route and the work done included the construction of new buildings, restroom, a shelter, sidewalks, curb and gutters, and a repaving job. Design Engineer /Project Engineer for the Replacement of a Sewer Line, Malawi, Africa. This Project was funded by the Municipality and took six months to build. The sewer system was designed and built in 1962. There had not been much repair done since its completion. The flows had increased throughout the years, but the main line had not been expanded. The project involved surveying, design, and oversight of construction. Infrastructure Evaluation and Inventory, Malawi, Africa. The roads in Malawi were in poor condition due to the people's lack of knowledge about roads. Few roads had names and most were in various states of disrepair. A Dutch firm was hire by World Bank to supply a way of inventorying all the roads, structures and vehicles for the major cities. The work of gathering the information was left to the cities. David S. Jarvi, EIT KFM Engineering, Inc. Design Engineer for Rebuild of Bridge, Malawi, Africa. This project was not funded by the time Mr. Jarvi left Africa. It was the desire of the Municipality to replace an old 60 foot wooden bridge with a concrete deck bridge. Design Engineer of Water Tower, Malawi, Africa. This project was funded by the British Ambassador Fund and took four weeks. There were a number of droughts that occurred each summer in Zomba and the water tower was built to reduce the problem. Design Engineer for Teaching Classrooms and Dorms, Malawi, Africa. This project was not funded by the time Mr. Jarvi left Africa. A national primary teaching program was about to start in the country, but they needed a standard design for the new classrooms that were needed. Imperial Highway Sound Wall, Brea, Orange County. This project was a 890m long sound wall along Imperial Highway. Responsibilities included the preparation of base maps, surveys, preparation of details, structural evaluation, vertical and horizontal layout and the coordination of permits from Caltrans for the City. Chapman Avenue Widening, City of Orange, California. Design Engineer for the alignment study for a one mile segment of Chapman Avenue. Responsibilities include the development of base plans and cross sections for the purpose of alignment analysis and the completion of a summary report outlining roadway widening costs and right -of -way impacts for various alignment alternatives. Theodore M. Krull, L.S. Education KFM Engineering, Inc. Southern California Surveyors Joint Apprenticeship Committee's four year training program Graduated 1976 Affiliation California Land Surveyors Association American Congress of Surveying and Mapping American Association of Geodetic Surveying National Society of Professional Surveyors Registration Licensed land surveyor, State of California Certified Survey Party Chief Certified for Hazardous Waste Operations, in compliance with O.S.H.A. 29 C.F.R. 1910.120. Experience Mr. Krull is Survey Party Chief. A second generation surveyor with 20 years of full time experience, he has supervised numerous projects including Rancho San Clemente - 1900 acre, 56 million cubic yard master planned, mixed use community; Wildomar- a 5000 acre G.P.S./ aerial mapping project in Riverside County; design survey for widening of approximately six miles of California State Highway 55; and many single family subdivisions. Past assignments include: Topographic survey of Katella Avenue from Ninth Street to 1 -5, a distance of 2.5 miles. Aerial control survey for State College Boulevard and Lincoln Avenue corridor alignment study in the City of Anaheim. Topographic survey of Imperial Highway from the Los Angeles County Line to Rose Drive, a distance of 8.5 miles. Topographic survey of 1.5 mile stretch of Chapman Avenue in the City of Orange. Survey of State College Boulevard Corridor from Orangewood to SR -91, a distance of 4 miles. The Highlands - Murrieta, CA- 1991, 5,050 acre land development- G.P.S., aerial, boundary. Oso Viejo Community Park, Phase I & II - Mission Viejo, CA - 1992, 7 acre community park - topography, construction. Mountain Gate Community Park Site /Greenbelt - Corona, CA - 1992, 24 acre park site - aerial, boundary, topography, construction. Wildrose - Riverside County, CA - 1992, 561 acre mixed use community - aerial, boundary, construction w/ 4 million yards of grading. CDI Constant & G E O S C I E N C E BRIAN D. CONSTANT Principal Engineer President California Civil Engineer No. C44506 California Geotechnical Engineer No. GE2278 Alberta: Professional Engineer No. M11747 Education Imperial College of Science and Technology, D.I.C., M.S., 1971 University of Alberta, B.S., 1970 Employment Record 2000 - present Constant & Dickey, Inc. 1987 - 2000 AGRA Earth & Environmental, Inc. (Formerly Moore & Taber) 1971 - 1987 Other predecessor firms to AGRA Earth & Environmental, Inc. Representative Experience Mr. Constant has applied geotechnical engineering to a full range of project requirements for twenty -eight years. This has included plant facilities; highways and bridges; residential, commercial, institutional and industrial development; hydraulic structures and impoundments; forensic studies; landfills; marine structures and seismic foundation design. Signature projects with geotechnical design completed under his leadership include the San Joaquin Hills Transportation Corridor, Huntington Beach Pier, Redondo Beach Pier, Cerritos Community Arts Center, Ritz Pointe in Dana Point, Montecito Neighborhood in Newport Coast, and the SR -58 and 1 -15 improvements in Barstow. 3040 Saturn Street, Suite 201, Brea, CA 92821 714 -985 -1066 Pax: 714 -985- ,1 Brian D. Constant Transportation Transportation Mr. Constant has been directly responsible for the design and review of in excess of seventy -five rail and highway bridges and over five hundred miles of major highway alignment in Southem Califomia and Westem Canada. Related expertise includes heavy foundations subject to static and seismic loading, shoring and dewatering, construction on soft ground, and slope stabilization. Segment 3 of SR -30, San Bernardino, California: Geotechnical project manager for two and a half miles of new freeway alignment, seven bridges, two major culverts and extensive retaining walls /soundwalls. Retaining Walls, Imperial Highway at SR91, Anaheim, California: The widening of Imperial Highway necessitated the construction of walls adjacent to the abutments of the SR91 Overcrossing. San Joaquin Hills Transportation Corridor- Orange County, California: Geotechnical project manager for seventeen -mile design /build tollway project - -the first of its kind in Califomia. Seventy -eight bridge structures and over eight miles of retaining wall and soundwall were involved. Mitigation included removal /replacement, surcharging, wick drains, stone columns and deep foundations. Also served as project engineer for the Alicia Parkway Overcrossing and the Aliso Creek Bridges Santa Margarita Parkway Bridge Widening - Rancho Santa Margarita, California: Key design issues for this structure over the Arroyo Trabuco included coarse alluvial deposits and high groundwater levels. Foundations consisted of driven steel H -piles and footings. Oso Parkway Bridge - Rancho Santa Margarita, California: Foundations for this bridge over the Arroyo Trabuco included cast -in- drilled -hole concrete piles and driven steel H- piles. Design issues included the compressibility of the diatomaceous Monterey Formation. Antonio Parkway Bridge - Rancho Santa Margarita, California: Due to large variations in the depth to bedrock, a combination of driven piles and spread footings were used for this three -span structure over Tijeras Creek. Carmen Drive Overcrossing of Highway 101 - Camarillo, California: Class 70 precast concrete piles were used for the support of this two -span structure. 3040 Saturn Street, Suite 201, Brea, CA 92821 714 -985 -1066 Fax: 714 -985- Brian D. Constant Transportation Page 2 Lakeshore Drive Bridge Over the San Jacinto River - Lake Elsinore, California: Foundation design included Class 70 driven precast piles with an alternate for driven steel H- piles. Key issues included deep scour and delineation of lenses and layers of cobbles and boulders within the alluvium. Burning Tree Road Bridge - Fullerton, California: This structure spans the Brea Creek Channel. Foundations consist of CIDH piles. Highway 101 Improvements in Ventura and Oxnard, California: A detailed geotechnical study was undertaken to support a Project Report for the Proposed Highway 101 improvements between PM 22.0 and 23.7. Foundation recommendations were provided for the widening of the Santa Clara River Bridge, for the proposed SR -1 Undercrossing of SR -101 and for the proposed SR -101 Bridge over Ventura Road. Preliminary design recommendations for all other aspects of the project were provided in conformance with CTM 130. In addition, drilling and geophysical methods were used to establish the depth of historic scour in the Santa Clara River. New Intersections at Commerce Center Drive and "C" Street, State Route 126 - Los Angeles County, California: A Materials Report was prepared in accordance with CTM 130. Santa Margarita Parkway Interchange- Foothill Transportation Corridor, California: The bridge structure was supported on footings. Design also included grading along 0.6 miles of the Corridor alignment. Route 58 and Interstate 15 Highway Improvements - Barstow, California: This project involved seven miles of new alignment for R58 and two miles of widening for 115. Primary design issues included grading, borrow evaluation, permanent backslopes, embankments, pavement design, corrosion potential and a preliminary evaluation of foundation conditions for seven structures. A Materials Report was prepared in compliance with CTM 130. 3040 Saturn Street, Suite 201, Brea, CA 92821 714- 985 -1066 Fax: 714 -985- Name and Title: JOHN R. ARIAS, S.E. - Principal Project Assignment: Lead Bridge Engineer Name of Firm: McLEAN & SCHULTZ Years experience with this firm: 24 with other firms: 5 Education: BS, 1968, Architectural Engineering Registration: 1972/Professional Engineer /California CE21498 1975/ Structural Engineer / Califomia S1963 Other Experience and Qualifications relevant to the proposed project: Mr. Arias has 29 years of experience in civil and structural engineering. He has provided consulting engi- neering to Caltrans, LACMTA, TCA, OCTA, Public Facilities and Research Department (fonnefiy OCEMA), besides cities and counties throughout California. He has been a project manager /principal engineer for more than one hundred highway and railroad bridge projects. His considerable experience extends to Project Study Reports, Project Reports, contract plans, specifications and estimates. Mr. Arias provides construction engineering according to PF &RD, Corps of Engineers, Caltrans, AREA and federal require- ments. Mr. Arias has served as project manager and lead engineer on many seismic retrofit projects. Assignments have included (1) Orange County Transportation Authority Seismic Retrofit Program, (2) Caltrans Seismic Retrofit of State Bridges, (3) City of Los Angeles Seismic Retrofit of Local Bridges, and (4) Los Angeles County Retrofit Program. As project manager for Section 05 of the San Joaquin Hills Transportation Corridor, Mr. Arias provided and /or coordinated the work of all design professionals to the 35 percent design level for a complete section of freeway. The tasks involved bridges, geoteclmical, civil traffic, drainage, hydrology, hydraulics and lighting. , Value Enoineerina State Route 551nrprovoinents As project manager /supervising engineer for structures, Mr. Arias is responsible for overseeing the staff of engineers and technicians at McLean & Schultz during the preparation of PS &E documents for Caltrans. PS &E documents are prepared for undercrossings, overcrossings, overheads, underpasses, connection ramps and retaining walls. In addition, Mr. Arias also has significant heavy and light rail bridge design experience. He has served as project manager and lead engineer on numerous railroad grade separation projects. His current assign- ment includes preliminary engineering for Railroad Lowering (City of Placentia) and Fairmont Avenue Overhead at BN &SF Railroad. State Route 71 - Rio Rancho Interchange - Bridge type selection and PS &E for this 235 foot long single - span bridge crossing State Route 71. This project was the focus of high public awareness, therefore making aesthetics an important consideration. Mr. Arias utilized well - proportioned fluted, battered abut- ments to support the large superstructure causing a feeling of openness though the structure is very low over the roadway. Caltrans bridge permit and approval. Page 1 of 2 Mcrasu 6 Jchu/fe fnw.wwrxa�Mrwufwf ���. anxu ol� -1 11144-9 awfopn.nt p 1 Value Enoineerina State Route 551nrprovoinents As project manager /supervising engineer for structures, Mr. Arias is responsible for overseeing the staff of engineers and technicians at McLean & Schultz during the preparation of PS &E documents for Caltrans. PS &E documents are prepared for undercrossings, overcrossings, overheads, underpasses, connection ramps and retaining walls. In addition, Mr. Arias also has significant heavy and light rail bridge design experience. He has served as project manager and lead engineer on numerous railroad grade separation projects. His current assign- ment includes preliminary engineering for Railroad Lowering (City of Placentia) and Fairmont Avenue Overhead at BN &SF Railroad. State Route 71 - Rio Rancho Interchange - Bridge type selection and PS &E for this 235 foot long single - span bridge crossing State Route 71. This project was the focus of high public awareness, therefore making aesthetics an important consideration. Mr. Arias utilized well - proportioned fluted, battered abut- ments to support the large superstructure causing a feeling of openness though the structure is very low over the roadway. Caltrans bridge permit and approval. Page 1 of 2 Mcrasu 6 Jchu/fe John R. Arias, S.E. (Cont) - Page 2 of 2 Imperial Highway (SR 90) at BN &SF Railroad and Esperanza Road - This project consists of the Advance Planning Studies for a $50 million major railroad grade separation within the Cities of Yorba Linda and Anaheim. Mr. Arias, as supervision engineer developed bridge types for overhead and underpass highway alignments. Project oversight by City of Yorba Linda, City of Anaheim and Caltrans. Imperial Highway Smart Street Improvement Project State Route 90 - Mr. Arias, is the project man- ager for Segments 5, 6 & 7 of the Imperial Highway Smart Street Improvement Project that involves the Cities of Yorba Linda and Anaheim, in Orange County. The project proposes to provide mid -block widen- ing to promote efficient vehicular travel and improve safety along this 7.75 kilometer corridor. The improve- ments include pavement rehabilitation, drainage modifications, retaining /soundwalls. The existing bridge structures Buena Vista Undercrossing and Santa Ana River Bridge will be widen and retrofitted. The Project is under oversight of Caltrans and the City of Yorba Linda. City of Placentia, Railroad Lowering Project from State Route 57 to Imperial Highway - As project manager, Mr. Arias is responsible for the preliminary engineering of this 5 -mile segment along Orangethorpe Avenue. His responsibilities include feasibility studies to evaluate conventional grade sepa- rations versus rail lowering, shoofly and track detour layout. He also supervises the devel- opment of preliminary track alignment and profile, utilities research and computer imagery for tunnel and grade separation alternatives. Railroad Lowering at Lakeview Avenue is shown here as an example of computer generated imagery being done for the project. Imperial Highway (SR 90) at BN &SF Railroad and Esperanza Road - This project consists of the Project Study Report and Advance Planning Studies for a $50 million major railroad grade separation within the Cities of Yorba Linda and Anaheim. Mr. Arias, as supervising engi- neer developed bridge types for overhead and underpass highway alignments. Project oversight by Cities of Yorba Linda and Anaheim and Caltrans. At the left is computer generated imagery depicting the proposed Grade Separation at Esperanza Road & Orangethorpe Avenue. Advance Planning and Bridge Study Report for Del Arno Overcrossing @ State Route 405 - Mr. Arias was supervising engineer for this project consisting of an overcrossing at State Route 405 freeway and an east structure over Maaco Channel. The proposed west structure will be a six -span, 88 feet wide by 1003 feet long cast -in -place prestressed box girder superstructure and will provide six lanes of vehicular traffic and pedestrian sidewalks. Span lengths range from 130 feet to 220 feet with the longest span occurring at the freeway. Column placement was critical in that the structure will cross over a state weigh station, the Dominguez Channel, and State Route 405, which will be widened for center HOV lanes. Three col- umn bents were proposed as the most suitable configuration for this structure. The foundation system will consist of driven piles. M«eon 6- 9chults Michael A. Grccn, Project Principal, Clark & Green Associates As principal of Clark & Green, Michael Green is in charge of project management and design. Mr. Green graduated from California State Polytechnic University, Pomona in 1982 with a master's degree in landscape architecture and formed Clark & Green Associates in 1987. During his career, Mr. Green has worked with the City of Westminster Planning Department and the Port Authority for the City of Long Beach in Environmental Impact Research Preparation and Risk Management Assessment. He also is an ASLA award winner. Mr Green is licensed to practice landscape architecture in California, Arizona, Utah and Oregon. Analogous Proiects - Camino Capistrano/El Camino Real (KFM, City of San Juan Capistrano) - Imperial Highway, Whittier Blvd. and Harbor Blvd. streetscapes (KFM and City of La Habra) - Palmer Park, City of Glendale - Lincoln Park, City of Santa. Monica - Oak Canyon Community Park (Agoura Hills) - Corriganville Community Park (Simi Valley) - Oso Parkway /Wagon Wheel Regional Park Wildlife Enhancement and Trailways Plan - Santa Fe Recreation Master Plan (US Army Corps) - Seven Oaks Dam Resource Use Plan (US Army Corps) - Sunset Aquatic Regional Park General Development Plan and EIR (County of Orange) KFM September 28, 2000 Mr. Bill Patapoff, P.E. City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 RE: Revised Cost Proposal for Professional Engineering Services for the Jamboree Road / Macarthur Boulevard Intersection Improvements Dear Mr. Patapoff: Our proposed fee to complete the subject project is $93,285. A detailed breakdown of manhours and fees by task are depicted on the fee schedule (Exhibit A) contained on the following page. Exhibit B enclosed depicts KFM's schedule of hourly billing rates. We are very willing to sit down with the City to discuss this proposed fee at your earliest convenience. In the meantime, if you have any questions or require additional information, please do not hesitate to call. Respectfully submitted: Rick Kreuzer, P.E. President 26632 Towne Cenhe Drive • Suite 240 • Foothill Ranch • California • 92610 Ph: 949.580.3838 Fax: 949.580.3837 CITY OF NEWPORT BEACH JAMBOREE/MACARTHUR INTERSECTION FEESCHEDUIL EXHIBIT A TASK KFM STAFF TOTAL KFM HOURS LUMP SUM TOTAL ($115) PM ($85) PE ($70) CADD ($170) SURVEY 1. DATA COLLECTION 2 2 4 2. FIELD SURVEY - HoraontaVVertiwl Control 1 2 3 - Aerial Control 1 6 7 j$3515 -Croat Sections & Grids 1 20 11 - Momm�cmtatian 1 4 5 - Surface To h 1 -_ -- 8 4 9 - Subsurface Information 1 -- 5 $795 3. AERIAL TOPOGRAPHIC MAPPING 1 / $1,300 $1,415 4. BASEMAPPING 1 4 16 11 $1,575 5. FlaD REVIEWS 4 8 11 $1,140 _ 6. UTILITY INVESTIGATION AND COORDINATION 2 8 6 16 $1,330 7. GEOTECHNICAL REPORT 1 2 3 $9,450 $9,735 8. GEOMEIHIC PLAN 8 32 24 64 $5,320 9. RIGHT -OF -WAY ENGINEERING 4 16 12 32 $2,660 _ 10. AESTHETIC CONCEPT PLAN 4 8 8 20 $1,200 $2900 IL FINAL P S & E -Tide Sheet t 1 2 4 7 $565 - TypicaJ Satiom (1) 4 16 12 31 $2,660 - Details 1 4 12 16 31 $2.600 - Roadway Plan & Profile (2) 8 40 64 112 $8,&00 - Intersection Grid Plan 1 4 12 12 28 $2,320 - Ream Wall Plan & Pmt3e 1 2 16 20 38 $2,990 - Retaining Wall Dewis I 1 2 8 // $2,500 $3,345 - Swan Drain Lamm] Plan & Profile (1) 4 16 16 36 $2,940 - Iandsa Plant 2 2 4 6 $2,500 $3070 ' etion Plays 2 2 4 6 $2,500 $3,070 - Street Light Plan (1) 2 12 16 30 $2,370 Si &S ' Plan 1 2 f 8 12 11 $1750 - Traffic S' Mmhfr n Plan 1 2 24 32 58 S4,510 - TmTw Control Plans 2 4 16 24 44 $3,500 -Cross Saxons 8 8 16 32 56 $4,520 -Spmif=abm 12 12 14 $2,400 -Cost ESthmte 4 8 11 $1140 12. PROJECT COORDINATION & MEETINGS 8 12 10 $1,940 13. BIDDING& CONSTRUCTION SUPPORT 2 6 6 14 $1,160 14. AS -BUILT DRAWINGS 2 4 6 12 $990 15. REMBURSABLFS $2000 $2000 TOTAL MANHOURS TOTAL COSTS 111 $12,765 322 $27,370 346 $25,950 44 $7,480 813 $21,450 $93,285 EXHIBIT B KFM ENGINEERING, INC. SCHEDULE OF HOURLY BILLING RATES Rates Effective through December 31, 2000 OFFICE PERSONNEL: Typists, Word Processors ........................ ..............................$ 30.00 /Hr. Technician ............................................... ..............................$ 45.00 /Hr. Design Engineers / CADD Operators ...... ............................... $ 70.00 /Hr. Project Engineers ..................................... ..............................$ 85.00 /Hr. Project Managers ..................................... ..............................$ 115.00/Hr. FIELD PERSONNEL: Two -Man Survey Party, including Truck and Equipment ............... ............................... $ 135.00/Hr. Three -Man Survey Party, including Truck and Equipment ................ ..............................$ 170.00 /Hr. SUPPORT & MISCELLANEOUS COSTS: C.A.D.D. Work Station / Plotter .................. ..............................$ 25.00 /Hr. Computer time ........................................ ............................... $ 16.00 /Hr. Telefax.................................................... ............................... $ 2.00 /13g. Electronic Distance Measuring Equipment (E.D.M.) ...............$ 55.00 /Day Survey Trucks .......................................... ..............................$ 0.50 /Mile Other Vehicles ........................................ ............................... $ 0.30 /Mile Outside services and consultants are billed at direct costs plus 15 %. Blueprints, reproduction, messenger service, subsistence, travel and other expenses are billed at direct cost plus 10 %. Terms are net 30 days with 1'/2% per month interest charges. The above schedule is for straight time hours. City of Newport Beach BUDGET AMENDMENT 2000 -01 EFFECT ON BUDGETARY FUND BALANCE: Fund Increase Revenue Estimates X 280 Increase Expenditure Appropriations X REVENUE ESTIMATES (360 1) Transfer Budget Appropriations SOURCE: Fund /Division Account Description from existing budget appropriations X Private Donations/Contributions from additional estimated revenues 4861 Measure M Competitive from unappropriated fund balance EXPLANATION: NO. BA- 008 AMOUNT: E9T,000.00 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance rl e No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase appropriations due to an increase in the Measure M funds awarded to the City and to transfer funds so that they are correctly identified as a component of the Measure M Combined Transportation Funding Program. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 280 3605 Fund Balance Control REVENUE ESTIMATES (360 1) C5100584 MacArthur Blvd/Jamboree Rd Fund /Division Account Description 250 5901 Private Donations/Contributions 280 4861 Measure M Competitive EXPENDITURE APPROPRIATIONS (3603) Amount Debit Credit $23,000.00 $37,000.00 $60,000.00 $37,000.00 $37,000.00 Autom Uc System Entry. Signed: Fin ncial proval: Administrati ervices Director Date Signed:. -D AZ A O Administrative Appr al: City Manager D Signed: City Council Approval: City Clerk Date Description Division Number 7251 Contribution Account Number C5100584 MacArthur Blvd/Jamboree Rd Division Number 7284 Measure M Competitive Account Number C5100584 MacArthur Blvd/Jamboree Rd Amount Debit Credit $23,000.00 $37,000.00 $60,000.00 $37,000.00 $37,000.00 Autom Uc System Entry. Signed: Fin ncial proval: Administrati ervices Director Date Signed:. -D AZ A O Administrative Appr al: City Manager D Signed: City Council Approval: City Clerk Date