Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout22 - Jamboree Road Bridge Widening Over SR-73 - Professional Services AgreementCITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No.
June 8, 2010
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Andy Tran, Senior Civil Engineer
949 - 644 -3315 or atran @newportbeachca.gov
SUBJECT: Jamboree Road Bridge Widening Over State Route 73 — Approval of
Professional Services Agreement with Anderson Penna
RECOMMENDATION:
Approve a Professional Services Agreement with Anderson Penna of Laguna Beach,
California, for the Jamboree Road Bridge Widening Over State Route 73 project at a
not to exceed price of $533,850.00 and authorize the Mayor and City Clerk to execute
the Agreement.
DISCUSSION:
The Jamboree Road Bridge Widening Over State Route 73 project involves widening
the west side of the Jamboree Road Bridge overcrossing State Route 73 to
accommodate one additional thru lane in each travel direction. The roadway leading to
the bridge will also need to be widened in order to transition to the proposed lane
configuration across the bridge. Final design is nearing completion and staff is currently
in the process of acquiring additional right -of -way needed to construct this project.
Staff requested proposals from five firms to provide construction management services
for this project. The five firms were (1) Anderson Penna, (2) Caltrop, (3) Parsons
Brinkerhoff, (4) AECOM, and (5) Engineering Resources of Southern California. Three
proposals were received from Anderson Penna, Parsons Brinkerhoff and AECOM.
Proposals were independently evaluated and rating sheets were completed and
discussed by two City staff members and one Caltrans representative.
Anderson Penna was chosen based upon project understanding, expertise of project
team, and previous experiences. The proposed not to exceed construction management
services fee is $533,850.00. The scope of services include:
Jamboree Rd Bridge Widening - Anderson Penna CM Services PSA.doc
05/28/2010
Page 2
Task 1: Pre - Construction Services
a) Complete a Constructability Review
b) Evaluate Bids
c) Review Existing Project Files
d) Prepare a Resident Engineer's Project Schedule
e) Administer Construction Contract
f) Conduct Pre - Construction Meeting
g) Prepare Administrative Process for Dispute Resolution
Task 2: Construction Management During Construction
a) Coordinate all Construction Activities
b) Manage Project Schedule, Progress Meetings, and Reports
c) Prepare Progress Payments and Change Orders
d) Manage Shop Drawing and Materials Submittals
e) Manage Request for Information
f) Perform Construction Observation /Inspection Services
Task 3: Material Testing
a) Provide Material Testing
Task 4: Post- Construction Services
a) Prepare Final Inspection and Deficiency Reports
b) Obtain Lien Waivers, Bonds, Guarantees, and Warranties
c) Prepare Certificates of Acceptance and Substantial Completion
d) Prepare Contract Records and Final Report
Since this construction contract has not been advertised, Anderson Penna will only be
able to work on the Constructability Review as identified in Task 1a above. The
remaining tasks will be completed upon advertisement of the construction contract at this
time.
Environmental Review:
Construction management services are not projects as defined by the California
Environmental Quality Act (CEQA) Implementing Guidelines.
Funding Availability:
Sufficient funds will be available in the following accounts for the project:
Account Description Account Number Amount
Transportation and Circulation 7261- C5100784 100,450.00
Measure M Turnback 7281- C5100784 $ 433,400.00
Jamboree Rd Bridge Widening - Anderson Panne CM Services PSA.doc
05/20/2010
Page 3
Prepared by: Submitted by:
Andy Traiti, P.E. t phe Badum
Senior Civil Engineer Publ orks Director
Attachment: Project Location Map
Professional Services Agreement
PROFESSIONAL SERVICES AGREEMENT WITH
ANDERSONPENNA PARTNERS, INC. FOR
CONSTRUCTION MANAGEMENT SERVICES FOR
JAMBOREE ROAD BRIDGE WIDENING OVER STATE ROUTE 73
THIS AGREEMENT is made and entered into as of this day of
2010, by and between the CITY OF NEWPORT BEACH, a California Municipal
Corporation ( "City "), and ANDERSONPENNA PARTNERS, INC., a California
Corporation whose address is 309 Agate Street, Laguna Beach, California, 92651
( "Consultant'), and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now
being conducted under the statutes of the State of California and the Charter of
City.
B. City is planning to widen Jamboree Road between Bayview Way and MacArthur
Boulevard.
C. City desires to engage Consultant to provide construction management services
for the Jamboree Road Bridge Widening over State Route 73 (`Project').
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Consultant for purposes of Project, shall be David R.
Anderson, Project Manager /Principal.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 31st day of December, 2012, unless terminated earlier as set
forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference. The
i
City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
Consultant shall perform the services in accordance with the schedule included
in Exhibit A. The failure by Consultant to strictly adhere to the schedule may
result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays
due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for
performance in writing to the Project Administrator not later than ten (10)
calendar days after the start of the condition that purportedly causes a
delay. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays that are
beyond Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
Consultant's compensation for all work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not
exceed Five Hundred Thirty -Three Thousand, Eight Hundred Fifty Dollars
and no /100 ($533,850.00) without prior written authorization from City. No billing
rate changes shall be made during the term of this Agreement without the prior
written approval of City.
4.1 Upon successful completion of the Pre - Construction, Constructability
Review, as further defined in Task 1.1 in the Scope of Services attached
hereto as Exhibit A, Consultant shall submit monthly invoices to City
describing the work performed the preceding month. Consultant's bills
shall include the name of the person who performed the work, a brief
description of the services performed and /or the specific task in the Scope
of Services to which it relates, the date the services were performed, the
number of hours spent on all work billed on an hourly basis, and a
description of any reimbursable expenditures. City shall pay Consultant
no later than thirty (30) days after approval of the monthly invoice by City
staff.
E
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing
in advance by City. Unless otherwise approved, such costs shall be
limited and include nothing more than the following costs incurred by
Consultant:
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and /or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra
Work" means any work that is determined by City to be necessary for the
proper completion of the Project, but which is not included within the
Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated DAVID R.
ANDERSON to be its Project Manager. Consultant shall not remove or reassign
the Project Manager or any personnel listed in Exhibit A or assign any new or
replacement personnel to the Project without the prior written consent of City.
City's approval shall not be unreasonably withheld with respect to the removal or
assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
If Consultant is performing inspection or construction management services for
City, the Project Manager and any other assigned staff shall be equipped with a
cellular phone to communicate with City staff. Consultant's cellular phone
number will be provided to City.
3
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. ANDY
TRAN shall be the Project Administrator and shall have the authority to act for
City under this Agreement. The Project Administrator or his /her authorized
representative shall represent City in all matters pertaining to the services to be
rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner
commensurate with community professional standards. All services shall
be performed by qualified and experienced personnel who are not
employed by City, nor have any contractual relationship with City. By
delivery of completed work, Consultant certifies that the work conforms to
the requirements of this Agreement and all applicable federal, state and
local laws and the professional standard of care.
8.2 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force in effect during the term hereof, at its sole cost and
expense, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature that is legally required of Consultant to practice its
profession. Consultant shall maintain a City of Newport Beach business
license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's
work promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees (collectively, the "Indemnified Parties) from and
against any and all claims (including, without limitation, claims for bodily injury,
death or damage to property), demands, obligations, damages, actions, causes
of action, suits, losses, judgments, fines, penalties, liabilities, costs and
expenses (including, without limitation, attorney's fees, disbursements and court
costs) of every kind and nature whatsoever (individually, a Claim; collectively,
"Claims "), which may arise from or in any manner relate (directly or indirectly) to
the negligence, recklessness, or willful misconduct of the Consultant or its
principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for
whose acts they may be liable or any or all of them.
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
sole negligence, active negligence or willful misconduct of the Indemnified
Parties. Nothing in this indemnity shall be construed as authorizing any award of
attorney's fees in any action on or to enforce the terms of this Agreement. This
indemnity shall apply to all claims and liability regardless of whether any
insurance policies are applicable. The policy limits do not act as a limitation
upon the amount of indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Consultant or any of Consultant's employees or agents, to be the agents or
employees of City. Consultant shall have the responsibility for and control over
the means of performing the work, provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Consultant as to the details of the performance or to
exercise a measure of control over Consultant shall mean only that Consultant
shall follow the desires of City with respect to the results of the services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
PrVJ L Adiministrator and any other agencies that may have jurisdiction or
5
interest in the work to be performed. City agrees to cooperate with the
Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his /her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, policies of insurance of the type and amounts
described below and in a form satisfactory to City.
A. Proof of Insurance. Consultant shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation. Insurance
certificates and endorsement must be approved by City's Risk Manager
prior to commencement of performance. Current certification of insurance
shall be kept on file with City at all times during the term of this contract.
City reserves the right to require complete, certified copies of all required
insurance policies, at any time.
Consultant shall procure and maintain for the duration of the contract
insurance against claims for injuries to persons or damages to property,
which may arise from or in connection with the performance of the work
hereunder by Consultant, his agents, representatives, employees or
subconsultants. The cost of such insurance shall be included in
Consultant's bid.
B. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A- (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
C. Coverage Requirements.
7
i. Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance (Statutory Limits) and
Employer's Liability Insurance (with limits of at least one million
dollars ($1,000,000) for Consultant's employees in accordance with
the laws of the State of California, Section 3700 of the Labor Code
In addition, Consultant shall require each subconsultant to similarly
maintain Workers' Compensation Insurance and Employer's
Liability Insurance in accordance with the laws of the State of
California, Section 3700 for all of the subconsultant's employees.
Any notice of cancellation or non - renewal of all Workers'
Compensation policies must be received by City at least thirty (30)
calendar days (ten (10) calendar days written notice of non-
payment of premium) prior to such change.
Consultant shall submit to City, along with the certificate of
insurance, a Waiver of Subrogation endorsement in favor of City,
its officers, agents, employees and volunteers.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation, blanket
contractual liability.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each accident.
iv. Professional Liability (Errors & Omissions) Coverage. Consultant
shall maintain professional liability insurance that covers the
services to be performed in connection with this Agreement, in the
minimum amount of one million dollars ($1,000,000) limit per claim
and in the aggregate.
D. Other Insurance Provisions or Requirements.
The policies are to contain, or be endorsed to contain, the following provisions:
Waiver of Subrogation. All insurance coverage maintained or
procured pursuant to this agreement shall be endorsed to waive
subrogation against City, its elected or appointed officers, agents,
officials, employees and volunteers or shall specifically allow
Consultant or others providing insurance evidence in compliance
with these requirements to waive their right of recovery prior to a
loss. Consultant hereby waives its own right of recovery against
7
City, and shall require similar written express waivers and
insurance clauses from each of its subconsultants.
ii. Enforcement of Contract Provisions. Consultant acknowledges
and agrees that any actual or alleged failure on the part of the City
to inform Consultant of non - compliance with any requirement
imposes no additional obligations on the City nor does it waive any
rights hereunder.
iii. Requirements not Limiting. Requirements of specific coverage
features or limits contained in this Section are not intended as a
limitation on coverage, limits or other requirements, or a waiver of
any coverage normally provided by any insurance. Specific
reference to a given coverage feature is for purposes of clarification
only as it pertains to a given issue and is not intended by any party
or insured to be all inclusive, or to the exclusion of other coverage,
or a waiver of any type.
iv. Notice of Cancellation. Consultant agrees to oblige its insurance
agent or broker and insurers to provide to City with thirty (30) days
notice of cancellation (except for nonpayment for which ten (10)
days notice is required) or nonrenewal of coverage for each
required coverage.
E. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Consultant's performance under this Agreement.
F. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the Work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint-venture.
16. SUBCONTRACTING
City and Consultant agree that subconsultants may be used to complete the
work outlined in the Scope of Services. The subconsultants authorized by City to
I
17
ip
19.
2t;
perform work on this Project are identified in Exhibit A. Consultant shall be fully
responsible to City for all acts and omissions of the subcontractor. Nothing in
this Agreement shall create any contractual relationship between City and
subcontractor nor shall it create any obligation on the part of City to pay or to see
to the payment of any monies due to any such subcontractor other than as
otherwise required by law. The City is an intended beneficiary of any work
performed by the subcontractor for purposes of establishing a duty of care
between the subcontractor and the City. Except as specifically authorized
herein, the services to be provided under this Agreement shall not be otherwise
assigned, transferred, contracted or subcontracted out without the prior written
approval of City.
OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
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.
INTELLECTUAL PROPER 'If INDEMNITY
I
The Consultant shall defend and indemnify City, its agents, officers,
representatives and employees against any and all liability, including costs, for
infringement of any United States' letters patent, trademark, or copyright
infringement, including costs, contained in Consultant's drawings and
specifications provided under this Agreement.
21. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Consultant under this Agreement. All such records and
invoices shall be clearly identifiable. Consultant shall allow a representative of
City to examine, audit and make transcripts or copies of such records and
invoices during regular business hours. Consultant shall allow inspection of all
work, data, Documents, proceedings and activities related to the Agreement for a
period of three (3) years from the date of final payment to Consultant under this
Agreement.
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his /her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and/or
restoration expense shall be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under the law or any other sections of this
Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
10
25. CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Consultant to City shall be addressed to City at:
Attn: Andy Tran, Senior Civil Engineer
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949 - 644 -3315
Fax: 949 - 644 -3308
All notices, demands, requests or approvals from CITY to Consultant shall be
addressed to Consultant at:
Attn: David R. Anderson
Andersonpenna
309 Agate Street
Laguna Beach, CA 92651
Phone: 949 - 371 -7979
Fax: 949 - 376 -7511
27. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not
cured within as period of two (2) calendar days, or if more than two (2) calendar
days are reasonably required to cure the default and the defaulting party fails to
11
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
steps necessary to cure such default, and thereafter diligently take steps to cure
the default, the non - defaulting party may terminate the Agreement forthwith by
giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
termination under this Section, City shall pay Consultant for services
satisfactorily performed and costs incurred up to the effective date of termination
for which Consultant has not been previously paid. On the effective date of
termination, Consultant shall deliver to City all reports, Documents and other
information developed or accumulated in the performance of this Agreement,
whether in draft or final form.
28. COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terms
of this Agreement shall govern.
32. INTERPRETATION
T he terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
12
reason of the authorship of the Agreement or any other rule of construction
which might otherwise apply.
33. AMENDMENTS
This Agreement may be modified or amended only by a written document
executed by both Consultant and City and approved as to form by the City
Attorney.
34. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
35. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
36. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
13
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY
By. l
yn . 0a champ,
Assistant Cit ttorney y
ATTEST:
By:
Leilani Brown,
City Clerk
CITY OF NEWPORT BEACH,
A California Municipal Corporation
By:
Keith D. Curry,
Mayor
ANDERSONPENNA:
By:
Mallory McCamant,
Chief Executive Officer
By:
Angelique Lucero,
Chief Financial Officer
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
14
I
EXHIBIT A
ZA �eoo�--\
ANDERSONTENNA
• PARTNERS IN PROJECT DELIVERY.
February 18, 2010
City of Newport Beach
Public Works Department
Attn: Andy Tran, Senior Civil Engineer
3300 Newport Boulevard
Newport Beach, CA 92663 -3884
Subject: Proposal to Provide Construction Management Services for the Jamboree Road Bridge
Widening Over State Route 73 Project
Dear Mr. Tran:
AndersonPenna Partners, Inc. has teamed with Benchmark Construction Services, Inc. and NMG
Geotechnical, Inc. to provide the City with a comprehensive construction management solution. Our
staffing plan includes Dave Anderson, PE as our proposed Project Manager; Richard Hebert, PE as the
Resident Engineer, and Lisa M. Perna, PE as Principal -in- charge, supported by experienced personnel
trained in safety, inspection, materials testing, and document control. These individuals have been
assigned because their qualifications and experience are specifically relevant to the Jamboree Road
Bridge Widening project.
This project has several issues that the selected construction management team will need to address:
• A complex construction phasing plan
• Limited staging area /yard area for storing materials and equipment
• Traffic management on this heavily travelled road
• Caltrans Cooperative Agreement compliance
• Staging of SCE relocation
• Utility protection and relocations
• Bridge foundation with piles and tiebacks
• Local business accessibility and signing
In addition to the construction management activities during construction, our team is prepared to
assist the City immediately with bidability and constructability reviews of the plans, specifications and
estimates in order to assist the City with obtaining the most responsive and reliable bids. Our project
manager and resident engineer are presently providing this service to the Orange County Transportation
Authority for five grade separations, and have substantial experience working with design teams and
owners to create effective bidding documents.
668 N. PACIFIC COAST HWY, STE 1401 • LAGUNA BEACH, CA 92651
PHN 949 371 7979 FAX 949 376 7511 WWW,ANDPEN.COM
City of Newport Beach
February 18, 2010
Page 2
By selecting the AndersonPenna Partners Construction Management Team, the City of Newport Beach
will benefit from having local, highly qualified professionals managing this project.
Benefits of our team include:
• A seasoned Project Manager, who has designed, inspected and provided construction
management services on hundreds of bridges.
• A Resident Engineer that is experienced with the design, construction and construction
management of bridges in accordance with Caltrans standards.
• Inspectors that are experienced with Caltrans bridge construction, City civil construction,
landscaping and irrigation construction, and City traffic signal construction.
• A highly regarded local materials testing firm.
• A team that is currently working together on similar projects with complex staging in the Cities
of Fullerton, Placentia and Anaheim.
The AndersonPenna Team is excited about this opportunity to perform comprehensive construction
management services for the City of Newport Beach. Please contact either Ms. Penna at (949) 922 -2800
or Mr. Anderson at (714) 943 -4068 if you have any questions, or wish to schedule an interview.
Respectfully submitted,
AndersonPenna Partners, Inc.
Lisa M. Penna, PE
Principal
Enclosure
AndersonPenna Partners, Inc.
David R. Anderson,
Project Manager /Principal
°p^r
0 0
U
CM for Jamboree Bridge Widening over SR 73
Exhibit A
Introduction and Project Understanding
The City is proposing to use local funds to improve traffic flow on Jamboree Road from Bayview Way to
MacArthur Boulevard. The improvements will provide for one additional through travel lane in each
direction resulting in 10 lanes total.
The project includes:
• Widening of the west side of Jamboree Road
• Widening of the existing Jamboree bridge over SR -73
• Construction of retaining walls and a stairway adjacent to Back Bay Court
• Traffic signal and signing modifications
• Reconstruction of raised medians
• Landscape and irrigation improvements
• Modification and /or protection of existing utilities
• Construction of full width bridge approach slabs
• Storm drain modifications
The City has entered into cooperative agreements with Caltrans for design and construction of the
project. These agreements assign responsibilities between the agencies, and provide details regarding
project scope, material testing and quality control.
Project Status
RBF Consulting's (RBF) project design is substantially complete. Caltrans has reviewed and signed the
PS &E for the Jamboree Bridge Widening. The roadway design is also complete and ready for City
approval. The following is our understanding of the remaining items to complete before advertising of
bids:
• Coordination with the Back Bay Court owner(s) on their sign relocation
• Merging of bridge and roadway technical specifications
• Incorporation of the City's boiler plate specifications
• Acquiring of additional right -of -way
• Procurement of Caltrans' encroachment permit
It is also possible that utility rearrangement agreements, resource agency permits and temporary
construction easements need to be processed.
1IPage /i
ANDERSONTENNA
�sa�'eoRr
O
U S
o-�
P
���F00.0.�
The successful CM team
will be required to
partner with the design
team to prepare the
final set of bidding
documents. Through
the bidability and
constructability review
to be performed by the
AndersonPenna Team,
reducing project cost
and maintaining or
improving the
completion schedule
will be the primary
focus. We are
committed to working
cooperatively with the
City's Design Engineer,
RBF, and we have taken
the first step to develop
this partnership. On
February 12, 2010, our
Project Manager, Dave
Anderson, and Resident
Engineer, Rich Hebert,
met with RBF's
Jamboree Widening
designers Paul Young,
SE and Stefan
Hoffmeister. PE.
CM for Jamboree
Widening over SR 73
Meeting Minutes February 12, 2010
Jamboree Bridge Widening /Introductory Partnering Session
Attendees: David R. Anderson, PE (AndersonPenna), Rich Hebert, PE
(Benchmark), Paul R. Young, SE and Stefan Hoffineister, PE (RBF)
Rich Hebert and Dave Anderson met with the Jamboree Project roadway
and structures designers to get a better understanding of the project. This
meeting allowed our team to gain insights to several aspects of the project
and identify some potential items to research before the project bid. The
following are some specific issues:
• Potential reduction of phasing stages related to placement of bridge
approach slabs.
✓ Multiple phasing stages increase project costs. High early
concrete, night work, and closure of more lanes, could result in
fewer phases.
• Have CM /City start the coordination with SCE on relocations early to
lower the risk of project delays and possible contractor claims.
✓ Coordination with all utility agencies is important. The power
relocation work is of particular importance for staging of traffic
signal modifications.
• The structures and roadway specifications have not been merged. The
merging task if done with the CM under contract will allow for the
efficient incorporation of project clarifications improving "bidability ".
✓ The CM and the design team can work together early to produce
contract documents that will provide the City with improved bids
and reduce the exposure to change orders or claims.
• Abutment piles could end -up having to be driven to substantially
greater depths. The specifications for pile driving payment
measurement may want to spell out this possible increase and how it
will be handled.
✓ There were no borings taken for the design phase Based on prior
geotechnical studies, a layer of dense material exists. Project test
piles will determine ultimate pile lengths.
The particulars of the design and the project special provisions were discussed. The AndersonPenna
Team has worked with RBF in the past and has a good working relationship with the design engineers
involved in this project. This established relationship, along with the understanding of the importance
of such a partnership, sets us apart from our competitors. The meeting minutes above detail our
discussions with the design team. Specific project opportunities have been identified and approaches to
implement them for the project's improvement have already been discussed.
2j Page
/e
ANDERSON • PENNA
aaE�"Pp�h
0 0
i=
6 r
�GiFOA�P
CM for Jamboree Bridge Widening over SR 73
Proposal Contents
This proposal responds to the City's RFP for Construction Management Services dated January 22, 2010,
which includes:
• Preconstruction services
• Construction Management services during construction
• Materials testing
• Post Construction services
These services are to be performed maintaining close liaison with the City's Project Manager. The overall
schedule for these services is driven by the City's desire to begin construction in the fall of 2010, with
the completion of construction by the end of 2011.
The following sections of this proposal provide:
1. Firm Qualifications
2. Related Experience
3. Detailed Scope of Services
4. Proposed Master Project Schedule
S. Staff Organization, Qualifications and Related Experience
6. Staff Billing Rates
An Estimated Fee Schedule is included in a separate sealed envelope.
3j Page /e
ANDERSONTENNA
¢`'EWao�
0 0�
G _ ?
�iiioQ� \P
CM forJamboree Bridge Widening over SR 73
Firm Qualifications
The AndersonPenna Team consists of three firms that bring unique experience to this project.
AndersonPenna Partners, Inc. works with local agencies to deliver projects. Benchmark Construction
Services, Inc. brings specialized construction and construction management experience. NMG
Geotechnical, Inc. brings local experience and comes highly recommended by the project's current
design geotechnical consultant.
AndersonPenna Qualifications
AndersonPenna Partners, Inc. serves local and regional agencies. We specialize in project delivery,
including project management, construction management, inspection, engineering plan review,
assessment engineering, and grant writing assistance. AndersonPenna also provides staff augmentation
for public works and planning departments. We are a California corporation that has been in business
since 2005 (formerly named ARC, Inc.), and are a woman -owned certified small business enterprise.
Our principals and staff are experienced with delivering many types of public infrastructure projects and
assisting with project finance. Our firm can provide services tailored to your specific needs, such as:
project and program management, construction management and inspection, federal compliance for
ARRA and other federally funded projects, plan review /plan check, traffic studies and planning,
mapping, energy efficiency consulting, structural engineering, water resources engineering, and
transportation engineering. Additional services AndersonPenna provides include: financial consulting,
impact fees and rate studies, assessment engineering, CFD and assessment district annual
administration, reimbursement review of developer constructed infrastructure, and grant
administration.
Benchmark Construction Services, Inc.
Benchmark Construction Services, Inc. (BCS) is a wholly owned subsidiary of C.C. Myers, Inc (CCM), an
employee -owned California corporation with 100 employees throughout California. CCM is a highway
and bridge- building company established in 1977. With over 30 years of experience, the company has
made a name for itself as the "can do" contractor.
BCS was conceived as a means of diversifying the core business by offering strong project management,
inspection and construction engineering skills. The services provided both to public and private clients
include; program and construction management and related services, field inspection, construction
engineering design of temporary structures and training for professional staff, inspectors and craft
workers.
4)Page
ANDERSON • PENNA
CM for Jamboree
Widening over SR 73
NMG Geotechnical, Inc.
NMG provides materials testing services utilizing certified deputy inspectors. Their in -house deputy
inspectors provide inspection services for asphalt concrete, Portland Cement concrete, masonry,
structural steel, welding, high strength bolts and post- tensioning. All inspectors are cross - trained in
geotechnical soil observation and testing.
NMG's materials testing services include:
• Asphalt Paving Inspection and Testing
• Asphalt Batch Plant Inspection
• Concrete and Reinforcement Inspection
• Concrete Sampling and Testing
• Post- Tensioned Slab Inspection
• Epoxy Grout Inspection
• Bolting and Welding Inspection
• Ground and Mortar Sampling and Testing
• Masonry Inspection
• Soil and Rock Anchor /Tie -back Inspection
• Onsite Concrete Compression Testing
Other materials inspection and testing can be provided through their network of independent
contractors and laboratories.
51 Page /i
ANDERSONTENNA
a��e�Rr
O
b
6 3
a
CM for Jamboree Bridge Widening over SR 73
Related Experience
Owner / Agency:
OCTA (sub to Athalye
Consulting Services)
��, °-7—
I \ {
Project Funding:
i
\
Measure M2 & Prop 18
g-
Key Staff:
• Dave Anderson, PE
Hebert,
t
•Rich PE
• Lisa Perna, PE
_ -_ � i
Client Contact:
Joe Toolson, PE
FF – __ J ✓�`
(714) 560 -5406
Construction Cost:
$140 million
Project Schedule:
Project Description:
Expedited to meet
The scope of this project is intended to minimize OCTA's risk in the delivery of five grade
funding requirements
I separations during design and construction. Both AndersonPenna (Dave Anderson and
Lisa Penna) and Benchmark (Rich Hebert) are on the project team; reviewing plans to
Scope of Work:
ensure they are constructable and clear for bidding purposes. This includes review of
construction plans, specifications, and construction cost estimates for each of the five
• Risk Analysis
grade separations.
• Identification of high
priority areas of
This project is relevant to the Jamboree Bridge Widening RFP because it includes:
review
1. Construction phasing review
• 35%,65% and 100%
2. Constructability /bidability review
plan review
3. Project cost estimate review
• Bridge type selection
4. Caltrans design and construction criteria
review
• Constructabiliry and
bidability review
61 Page
ANDERSON PENNA
� ��PORr
J Z
�4f00.N`P
CM forlamboree Bridge Widening over SR 73
Owner / Agency:
• Caltrans
• The Valencia Company
Xey Staff:
Construction Cost:
$8,500,000
Project Schedule
18 months
Awards
2008 Tranny Finalist,
Interchanges
Scope of Work:
• First interchange
Project Description:
reconstruction project on 1 -5
corridor in Newhall
This project, owned by Newhall Land & Farming Company, was to prepare PR and
ED and Final PS &E design documents for the reconstruction improvements to the
• First Consultant Design using
1- 5/Valencia Boulevard interchange and provide construction engineering
Caltrans Seismic Design
assistance. The project was processed through Caltrans, the City of Santa Clarita,
Criteria
and the County of Los Angeles. The project included bridge reconstruction, the
addition of a new direct southbound on -ramp, reconstruction of the two -loop on-
• Significant aesthetic
ramps, reconstruction and widening of the northbound off -ramp, and an auxiliary
enhancements
lane in advance of the northbound off -ramp. New signalization was constructed
at the termini of the direct off - ramps. Right -of -way acquisition was required.
• Construction staging main line
freeway to remove existing
This project is relevant to the Jamboree Bridge Widening RFP because it includes:
bridge
1. Inter - agency agreements
• Evaluation and
2. Caltrans bridge modifications
Implementation of
3. Roadway widening
Nonstandard Architectural
4. Signalization
Details
71 Page /i
ANDERSONTENNA
Owner/ Agency:
OCTA / Caltrans
Key Staff:
• Rich Hebert, P.E.
• Joe Peck, P.E.
Construction Cost:
$487 Million design and
construction cost
Project Schedule:
Substantial completion in
800 calendar days
CM for Jamboree Bridge Widening over SR 73
Scope of Work:
' '�,
�I
• Widened 12 miles of
E
eastbound and westbound
outside shoulders and
inside freeway median
Project Description:
• A total of 33 bridges, 21
widenings, 3 new bridges,
The State Route 22 Widening project was the first Design -Build project on an active
9 replacements
freeway. The $550 million project widened nearly the entire 12 mile length of the
existing Rte 22 freeway. The project was built by the joint- venture team of Granite
• A total of 88 retaining
Construction, Inc., Rados Construction and C.C. Myers, Inc., parent company of
walls and soundwalls
Benchmark Construction Services, Inc.
including standard cast -in-
place, MSE, tie -back and
Built in the 1960's, the 22 freeway needed extensive upgrades to accommodate
soil nail walls
increased traffic volumes. Benchmark staff, working for the parent company, C.C.
Myers, Inc. were responsible for management of the structure design efforts
• Import 700 tons of backfill
including all constructability reviews, field support of the project superintendents,
material
all field engineer training, design of falsework, column guying and excavation
• 240,000 cubic yards of
shoring working drawings, review of shop and working drawings and processing
PCC pavement
RFI's. The project comprised 33 bridges including 21 widenings, 9 replacements
and 3 new bridges including cast -in -place pre- stressed box girder and precast
• 170,000 tons of asphalt
girder bridges, 88 sound and retaining walls (standard and mechanically stabilized
pavement
embankment) and one drainage pumping plant.
• 60,000 linear feet of new
This project is relevant to the Jamboree Widening RFP because it includes:
drainage pipe and culverts
1. Similar bridge -type widening
• 1 new pumping plant with
2. Caltrans standards and coordination
142,250 gallons of storage
3. Retaining walls
capacity
4. Widening of City streets involving signal modifications
81 Page
z
ANDERSONTENNA
0 0
U
e.<
�gG00.NP
CM for Jamboree Bridge Widening over SR 73
9 1 P a g e /i
ANDERSONTENNA
Owner / Agency:
North Coast Railroad Authority
Al
Key Staff:
Pit
Dave Anderson, P.E.
f
Agency Contact
Mitch Stegner, Executive Director
u
(510) 915 -2656
w
Construction Cost:
$6,000,000, funding through
State Grants (TCRP)
Project Schedule
14 months
Scope of Work:
• Assessed needed bridge repairs
Project Description:
• Obtained permits, conducted
Dave Anderson served as the Program Manager for the construction
environmental assessments,
management of a $6.0 million bridge repair contract awarded to Cooper
and bird surveys
Crane and Rigging. As PM, Mr. Anderson was responsible for overall
• Managed PS &E preparation
budget, schedule, and quality oversight. The project funding came from
Transportation Congestion Relief Program grant funds approved and
• Construction management and
allocated by the CTC. AndersonPenna was responsible for the review and
inspection responsibilities
approval of all contractor change orders and invoices. Extensive
coordination was required with Caltrans since they manage the review and
• Responsible for project
approval imperative to complete the work within budget. The project was
documentation, daily reports,
completed in January 2010 and it was under budget and on schedule.
processing change orders,
engineer's analysis of
This project is relevant to the Jamboree Bridge Widening RFP because it
contractors invoices,
includes:
identifying and processing
submittals, responding to RFI's
1. Caltrans oversight
2. Responsible for funding requirements for budget and schedule
3. Responsible for all contract administration and inspection
9 1 P a g e /i
ANDERSONTENNA
4�EW�RT
o �
U
�< /FO Q�`P
CM far Jamboree Bridge Widening over SR 73
Scope of Services
AndersonPenna will be responsible for Project Management, Construction Management, Contract
Administration, Inspection, Construction Engineering, Materials Testing, Quality Assurance /Control
Services, and will oversee all Construction and Inspection related services, including coordination with
Caltrans. We will act in good faith, as part of the City's team, in the best interest of the City, as an
extension of City staff, and to the benefit of the City.
Task 1: Pre - Construction Services
1.1 Constructability Review
The AndersonPenna Team will evaluate the construction documents for clarity, consistency,
completeness, and ease of construction to achieve the overall project objectives. The AndersonPenna
Team will review project design documents and provide prioritized recommendations to the City on
methods of project delivery, relative feasibility of construction methods, availability of materials, and
time requirements for procurement, installation and construction of the project. The review will include
all of the items listed in the City's RFP, with the intent of ascertaining whether the project, as depicted in
the design documents: (a) accurately and completely reflect the City's Project objectives; and (b) the
project design documents are free of errors, omissions, conflicts, or other deficiencies so that the
contractor can construct the Project as depicted in the design documents without delays, disruptions or
additional costs resulting from errors, omissions, conflicts or other deficiencies in the design documents.
A report with findings, recommendations and a summary of the analysis will be provided to the City. A
meeting will be held with City staff to explain findings, and determine a forward course of action.
1.2 Bid Evaluation
The AndersonPenna Team will assist the City in evaluating the bids received by reviewing and analyzing
bid results and preparing the bid summary on behalf of the City. We will also verify the low bid
contractors references, bonding, insurance and contractors license status, and make a formal
recommendation to be used in the staff report for award of the construction contract to the selected
contractor ("Contractor").
1.3 Review Existing Project Files
In preparation for responding to the City's RFP, the AndersonPenna Team has performed a cursory
review of the existing project plans and bid documents. Also, our Project Manager and Resident
Engineer met with RBPs designers to gain a better understanding of the project. Upon selection, the
AndersonPenna Team will perform a thorough review of the project files, and will become familiar with
10)Page
ANDERSONTENNA
4e\i�'Po<iT
O A
U T
d.
G<,roaN°
CM for Jamboree Bridge Widening over SR 73
the City's ordinances, policies, processes and procedures to meet its objectives and provide services and
assistance as needed by the Public Works staff.
1.4 Resident Engineer's Project Schedule
The AndersonPenna Team will prepare, and provide for the City Project Manager's review and
acceptance, a Critical Path Method (CPM) Project Schedule using the critical path items that coordinate
and integrate construction management, design support during construction, utility relocation activities,
permit agreements, and the City's and Contractor's anticipated construction schedules. We will work
with the selected Contractor to optimize the construction schedule. The "Master Project Schedule" will
be submitted to the City's Project Manager for acceptance. We have included our draft Master Project
Schedule in the next section which demonstrates our understanding of all phases of the project
construction.
1.5 Contract Administration (Construction Management Plan)
The AndersonPenna Team will work under the direction of the City's Project Manager, and develop and
maintain open lines of communication and cooperation with the City as well as other consultants and
the Contractor.
The AndersonPenna Team will prepare and
submit to the City a Construction
Management Plan for the Project. Upon City
`sx approval of the Construction Management
Plan, we will prepare the Construction
Management Plan in final form and
distribute it to the City's Project Manager
and internally to the AndersonPenna Team.
The Construction Management Plan will:
(1) Set forth a plan for the
administration and coordination of all work
on both the project and the construction contract: before, during, and after construction,
including all of the AndersonPenna Team activities —not just Contractor activities /work.
(2) Include a key personnel directory with contact information. We will prepare and maintain an up-
to -date communications directory of key AndersonPenna Team staff, the City's Project
Manager, city department representatives, state and local regulatory agency representatives,
Design Firm contacts, Contractor contacts, subcontractor contacts, and other involved parties.
All contact information including titles, agency/business name, address, office and cell phone
numbers, fax numbers, e-mail addresses and 24 -hour emergency contact information will be
documented and provided to the City.
(3) Include the construction schedule developed in Task 1.4 above.
111 Page /s
ANDERSONTENNA
F�6WPORT
O
8
U
a.<
�(i F00.P�P
CM for Jamboree Bridge Widening over SR 73
(4) The AndersonPenna Team will review and become familiar with the project construction cost
estimate and compare said estimate to Contractor's eventual bid proposal and schedule of
values. Any discrepancies will be brought to the attention of the City's Project Manager upon
discovery. We will update and refine the project cost estimate, as well as forecast the total
project cost, as construction progresses. AndersonPenna's Project Manager will also advise the
City's Project Manager if it appears that any construction cost may exceed the maximum project
construction cost established by the City and will make prioritized recommendations for
corrective action.
(5) Provide guidance for a document and drawing control system in conformance with the City's
and Caltrans' requirements. The AndersonPenna Team will coordinate all documents pertaining
to the construction of the project including, without limitation, drawings and specifications, bid
documents, construction contracts, and general, supplementary and special conditions, etc. as
well as all Contractor supplied information for payments, claims, change orders, payments
processing, wage rates monitoring, contract compliance, etc. (collectively, the "Contract
Documents "). We will use contract
administration procedures in
conformance with the State's
Construction Manual, Local Assistance
Procedures and encroachment
permits, as required in the July 28,
2009 Cooperative Agreement. The
AndersonPenna Team will establish
and submit to the City for approval as
to form a computerized electronic
document tracking system.
Contractor's submittals and externally
generated documents may be filed and
maintained on the electronic
document system. Once approved by the City, we will use the approved document tracking
system for all contracts through contract closure. Complete hard and soft (DVD) original source
files will be provided to the City at the end of this contract, and at any time requested.
(6) Safety compliance monitoring procedures. AndersonPenna will develop reporting and
compliance monitoring procedures to insure that both the Contractor's traffic control and
construction safety plans as well as AndersonPenna's safety procedures are being implemented.
(7) Identify needed project materials testing to subsequently be provided in conformance with the
State's Construction Manual, Construction Manual Supplement for Local Agency Resident
Engineer, Local Agency Structure Representative Guidelines and State's California Test methods,
and to be performed by NMG Geotechnical, Inc., which is certified by the State. A materials
12)Pag /i
ANDERSON • PENNA
�gF00.H�P Fc\�PORT
O R,
U S
CM for Jamboree Bridge Widening over SR 73
testing Quality Assurance Plan (CAP) will be developed for the project based on the Design
Engineer's final design and testing recommendations. The GAP will be developed utilizing
Caltrans standards and will be reviewed with the City prior to bidding.
The Construction Management Plan shall outline the procedures for administering both the project and
the construction contract.
1.6 Conduct Pre - construction Meeting
The AndersonPenna Team will schedule and conduct a pre- construction conference for the benefit of
the City and Contractor to orient the Contractor to the various reporting procedures and site rules prior
to commencement of actual construction. At
the meeting, AndersonPenna's Project
Manager will provide the Contractor with the
Construction Management Plan and discuss
the role, interaction and communication
protocol between the construction
Contractor, the AndersonPenna Team, the
Design Engineer, the City's staff, and
residents /property owners /business owners.
We will prepare a sample invoice format for
the Contractor to follow and, upon review and
acceptance by the City, provide the sample to
the Contractor at the pre- construction
meeting. The AndersonPenna Team will also
conduct construction and progress meetings to discuss such matters as procedures, progress problems,
and scheduling. The AndersonPenna Team will prepare and promptly distribute meeting minutes to all
parties in attendance, including the City's Project Manager and the Design Engineer.
1.7 Dispute Resolution
The AndersonPenna Team will develop an administrative process to establish an outline of dispute
resolution with contractor's methodologies, policies and procedures. The process will be reviewed and
approved by the City's Project Manager.
Task 2: Construction Management Services During Construction
The AndersonPenna Team will provide construction management services in accordance with the
Caltrans Local Assistance Procedures, Caltrans Construction Manual, and encroachment and other
permits.
13 1 PagP .0
ANDERSON-PENNA
(1)
CM for Jamboree
Widening over SR 73
2.1 Project Coordination and Correspondence
2.1.1 Focal point for coordination: The AndersonPenna Team will provide administrative and
management services as required to control and coordinate performance of the Contractor's work.
In addition we will serve as the focal point for City, Contractor and Design Engineer
communications. AndersonPenna intends to manage this project to meet the City's objectives for
cost, time, payments, record keeping, compliance with project requirements and applicable
policies and regulations, and quality. AndersonPenna will provide sufficient organization,
personnel, as well as administration and management to carry out the requirements of the project
for those aspects not performed directly by the Contractor. In addition, AndersonPenna shall act as
lead point of contact and take, initiate, and expedite all actions necessary to receive, monitor,
manage, and resolve to the City Project Manager's satisfaction all project concerns and requests by
residents, property owners, businesses, others, and City.
2.1.2 City Project Manager: The AndersonPenna Team will maintain close contact with the City's
Project Manager and will copy the City's Project Manager on all correspondence.
2.1.3 Contractor Correspondence: The AndersonPenna Team will handle and process necessary
reports and paperwork /filings /change orders /notices of completion /etc. and interact with all City
departments including the Finance Department, and other agency(ies)/staff to successfully
complete the Project.
2.1.4 Claims Administration: The AndersonPenna Team will perform claims administration,
including coordinating and monitoring claims, logging claims, and tracking claims status.
2.2 Schedule Management, Progress Meetings and Reports
2.2.1 Review Construction Schedule: Consistent with the Master Project Schedule distributed to
the Contractor, and using the construction schedule provided by the Contractor, the
AndersonPenna Team will update the Master Project Schedule weekly incorporating the activities
of the Contractor on the Project, including activity sequence and duration, allocation of labor and
material, and delivery of materials requiring long lead time procurement. The Contractor will be
requested to provide a four week look -ahead schedule each week to be used in preparing and
analyzing the weekly schedule. We will also update and reissue the Master Project Schedule as
required to show current conditions and revisions required by actual experience.
2.2.2 Schedule and Cost Management: The AndersonPenna Team shall encourage the Contractor
to perform at a superior level, and at a minimum we will require performance from the Contractor
that meets the satisfaction of the City's Project Manager. We will recommend and carry out
approved prioritized courses of action when requirements of a construction contract are not being
fulfilled, and the non - performing party will not take satisfactory corrective action. We will
141 Paga /i \
ANDERSON• PENNA
(1)
CM forlamboree Bridge Widening over SR 73
determine whether the work of the Contractor is being performed in accordance with the
requirements of the Contract Documents, and shall guard the City against defects, deficiencies, and
delays. The AndersonPenna Team will work to improve the performance and appearance of the
project — where feasible.
We will also make prioritized recommendations to the Design Engineer and the City and provide
special inspections and testing of Work not in accordance with the provisions of the Contract
Documents. Further, we will inform the City's Project Manager if there appears to be
nonconformance to the Construction Document requirements and if the work should be rejected
by the City. We shall review all of the Contractor's recommendations for corrective action on
observed non - conforming work. In the event schedule delays are foreseen, we will assist the
Contractor in preparing a recovery schedule. Such recovery schedule will reflect the corrective
action and extraordinary efforts to be undertaken by the Contractor to recapture lost time and will
be distributed to the Contractor, City's Project Manager, Design Engineer and other appropriate
parties.
2.2.3 Construction Progress Meetings: The AndersonPenna Team will conduct construction and
progress meetings to discuss such matters as procedures, progress problems, and scheduling. We
will prepare and promptly distribute meeting minutes to all parties in attendance, including the
City's Project Manager and the Design Consultant. We will attend internal and public meetings as
required during all phases of construction, including community meetings, site meetings and City
meetings as required and directed. We will support the City's Project Manager and City Staff /City
Officials by presenting information and answering questions on the details of the nature, scope,
and schedule of the project construction and potential impacts of construction activities on the
community. It is expected that weekly project construction conference meetings will be held at the
151 Page zd
ANDERSONTENNA
o e
G
e.
�UF00.� \P
CM for Jamboree Bridge Widening over SR 73
project site for the duration of project construction. The meetings will be conducted with a printed
agenda that will include at a minimum:
• Safety Plan implementation
• Four -week look -ahead schedule
• Coordination activities with City, Caltrans, utilities and other stakeholders
• Project Issues
• Quality control and material testing requirements
If requested, conduct update meetings for City staff at the City's offices.
2.2.4 Monthly Progress Reports: The AndersonPenna Team will provide monthly status reports in a
format acceptable to the City. The reports will describe progress, project issues, cost and schedule
status, and a projection of work for the upcoming month. The report will include the results of our
inspections and record the progress of the project, and include information on the Contractor, as
well as the entire project, showing percentages of completion and the dollar number and amounts
of change orders and their affect on the estimated total Project and construction costs. The report
will also include a listing of key issues and steps needed to resolve, an update of the project costs
and schedule along with actions needed, if any, to stay within budget and schedule, highlight of
coordination activities, and listing of any issues requiring City input.
AndersonPenna will maintain a daily log containing a record of work done on the site, work
accomplished, problems encountered, and other similar relevant data as the City may require. We
will ensure that the daily log is available for use and review by the City's Manager.
2.3 Progress Payments and Change Orders
2.3.1 Progress Payments: The AndersonPenna Team will monitor, review, manage and reconcile
the Contractor's schedule of values for the purpose of revising and refining the approved estimate
of total Project and Construction Cost.
Forecasting - We will also perform monthly forecasts of the total project and project
construction costs (based on daily record keeping). These forecasts shall be provided to the
City's Project Manager. Provide regular monitoring of the approved estimate of construction
cost, showing actual costs for activities in progress and estimates for uncompleted tasks.
Identify variances between actual and budgeted or estimated costs, and notify the City's Project
Manager whenever Project costs are forecast to exceed budgets or estimates, and recommend
and implement City agreed corrective actions.
16)Pag o /i
ANDERSON • PENNA
�ta6WPORT
O
u s
�<ICpPH�P
Cm for Jamboree Bridge Widening over SR 73
Records — The AndersonPenna Team will maintain cost accounting records daily on authorized
work performed under unit price and percent of lump sum costs, additional work performed on
the basis of actual costs of labor and materials, and other work requiring accounting records.
Review - Develop and implement procedures for the review and processing of applications for
payment by the Contractor for progress and final payments. Make recommendations and
provide advice to the City's Project Manager for certification to the City for payment.
a. Certify Payment. The AndersonPenna Team will prepare the Certificates for Payments
for use by the City in making payment to the Contractor by preparing billing schedules
for the City to ensure that the City pays the Contractor only once per month and taking
into account any required lead time the City has for payment processing. We will verify,
via site inspection, the Contractor's applications for payment. We will prepare a master
application for payment which represents the amounts invoiced by the Contractor for
the City to review each month.
b. Certify Amount. Based on inspections and professional evaluations of each of the
Contractor's application for payment, the AndersonPenna Team will review and certify
the amounts due to the Contractor.
c. Releases. The AndersonPenna Team will ensure that the Contractor sign conditional or
unconditional lien releases and waivers (in the form provided in California Civil Code
Section 3262), as a condition to processing all certificates for payment.
Prevailing Wage — The AndersonPenna Team will manage, monitor, and enforce requirements
for minimum, certified and prevailing wage rates, contract compliance issues, and
171 PagP /o \
ANDEMONTENNA
CM far Jamboree Bridge Widening over SR 73
apprenticeship and journeyman employment policies and requirements. All concerns regarding
these items shall be brought to the City's attention immediately with prioritized recommended
solutions for resolution of the items /issues. We will develop and implement procedures for the
review and processing of applications by the Contractor for progress and final payments based
upon an approved schedule of values.
2.3.2 Change Orders: The AndersonPenna Team in consultation with the City's Project Manager,
shall develop an administrative process regarding change orders and other approvals and shall
implement Change Order procedures, make submittals, manage purchase orders, review requests
for changes, assist in negotiating the Contractor's proposals, submit recommendations to the City's
CIP Administrator and the City, and if they are accepted, then prepare, sign, and process change
orders for the Contractor's
signature and City authorization.
The AndersonPenna Team will
prepare and distribute change
order reports on a monthly basis,
or as required, throughout the
construction phase. Such reports
will provide information pertaining
to proposed and executed change
orders and their effect on the
construction cost. We will
maintain logs, files, and other
necessary documentation relating
to change orders.
In the event that any portion of the project cannot be implemented in accordance with the
contract drawings and specifications, we will conduct the necessary negotiations with the
Contractor to reach agreement on price, completion time, and scope of work to complete that
portion of the project. When agreement is reached, we will prepare and process the necessary
contract change order documents for approval by the City. The AndersonPenna Team will also
perform all necessary processing and coordination for execution of final /balancing change order for
final payment as well as release of retention.
2.4 Submittals Management
2.4.1 List of required submittals. The AndersonPenna Team will develop a list of required
submittals. It is expected that the submittals will include verification that all required permits and
bonds have been obtained by all Trade Contractors and sub - contractors, and maintained
181 Page /i
ANDERSON• PENNA
0
m
V S
ew
GG /F00.�`P
CM for Jamboree Bridge Widening over SR 73
throughout the life of the project. In addition, initial and ongoing review of required insurance
coverages by Trade Contractors and sub - contractors, including the review of additional insured
endorsements.
2.4.2 Receive and Process Submittals: The AndersonPenna Team will receive, stamp, and log
submittals, review and approve or distribute for review as necessary. The Project Manager and
Resident Engineer will lead the engineering review team to perform technical review where
required, provide recommendations and comments, and work with the Engineer of Record to
approve all shop drawings for permanent construction, working drawings for temporary works and
other submittals needed to execute the project.
2.4.3 Monitor Submittals: Monitor the review and return of submittals to the Contractor.
2.4.4 Submittal Distribution List: Develop a submittal distribution list to identify parties responsible
for review and acceptance.
2.5 Requests for Information (RFI)
2.5.1 Receive, Process, Monitor RFI's: The
AndersonPenna Resident Engineer will receive
and review all RFI's, and will transmit to the
Design Engineer, as needed, those RFI's
regarding the meaning and intent of the
drawings and /or the specifications for the
Project, and shall assist in the resolution of
questions that may arise. We will keep a log of
all RFI's including tracking all dates (date
submitted, date returned, etc.) and recording all
responses to said RFI's.
2.5.2 Prepare Responses to RFI's: The AndersonPenna Resident Engineer will provide construction
issue responses in a timely manner to the Contractor, with a copy to the City's Project Manager.
2.5.3 Coordinate and Copy City Project Manager: The AndersonPenna Resident Engineer will work
with the Design Engineer to finalize RFI responses related to design, and will provide responses to
the Contractor with a copy to the City's Project Manager in a timely manner.
2.5.4 Conduct Meeting to Resolve RFI's: If needed, conduct meetings with the Contractor, City,
Design Engineer, and other parties to resolve RFI's.
191Page /
ANDERSONTENNA
�4roa`�d
o m
u
a
CM for Jamboree Bridge Widening over SR 73
2.6 Construction Observation/ Inspection Services
2.6.1a Construction Inspection: Provide construction inspection on an as- needed basis to assure
that construction is in compliance with plans and specifications.
The AndersonPenna Team will establish and implement a program to inspect, test, and ensure the
quantity, quality, and schedule of the construction work for the purpose of protecting the City
against deficiencies, defects, and delays in the work provided by the Contractor.
a.
71
C.
9
20(Pag
The AndersonPenna Team will provide for field inspection of the work performed by the
Contractor for compliance with the requirements specified in the construction Contract
Documents, as well as local, City, State, Federal, and industry guidelines, standards and
requirements.
All construction staking is expected
to be performed by others. The
AndersonPenna Team will take such
actions as required to verify that
construction is in full accordance
with construction surveys and
Contract Documents. We will be
responsible for "spot checking" and
verifying that Contractor is providing
adequate survey to properly
construct the improvements. Areas
of concern should be discussed with
representatives from the Design
Engineer, the City staff, and AndersonPenna's Resident Engineer to ensure that proper
survey (construction staking and monitoring) is being conducted during construction.
The AndersonPenna Team will inspect, monitor and enforce Contract Document
requirements by providing materials testing, including soils compaction, concrete, asphalt,
materials and coatings thicknesses and other materials, and certified special inspectors for
special inspections as required. AndersonPenna's geotechnical and testing sub - consultant,
NMG Geotechnical Inc. will be expected to perform all materials, manufacturing plant, and
soils testing which has not been made the specific responsibility of Caltrans or the
Contractor. We will coordinate materials and soils testing requirements with construction
scheduling to ensure timely compliance with geotechnical and other design criteria.
AndersonPenna's inspectors will provide, complete, organize and maintain Inspector's Daily
Reports (IDR's). AndersonPenna's Project Manager shall provide sample copy of IDR's to be
used for review and approval by the City's Project Manager.
/i
ANDERSON PENNA
(1)
CM far Jamboree Bridge Widening over SR 73
e. AndersonPenna's inspectors shall provide, complete, organize and maintain daily
measurements and records of pay item, claim /change order, force account and other work
quantities. AndersonPenna's Project Manager shall provide sample copy of all quantities
recording forms to be used for review and approval of the City's Project Manager.
f. AndersonPenna's inspectors and labor compliance team shall provide, complete, organize
and maintain worker interviews, payroll records review and reporting for enforcement of
prevailing wage, minimum wage, apprenticeship, and related requirements in compliance
with Chapter 8 of the California Department of Transportation Construction Manual.
AndersonPenna will be
responsible for insuring that the
Contractor is administering the
labor compliance provisions of
the contract.
g. AndersonPenna's inspectors
shall investigate, monitor, and
take necessary actions to
address all City, residents,
business and property owner's
requests to the satisfaction of
the City Engineer.
AndersonPenna's inspectors
shall become familiar with the
traffic control plans, construction schedule, construction sequence, and permit
requirements from other agencies especially Caltrans District 12.
AndersonPenna's inspectors shall prepare various construction grades as required by the
project specifications, such as, proposed deck grades, falsework grades, etc.
h.
li
2.6.1b Geotechnical Services During Construction: Our geotechnical subconsultant, NMG
Geotechnical, Inc. (NMG) will provide services based on the following assumptions:
General Assumptions
a. California Test Method 216/231 testing will be required for testing of backfills and
subgrades within the Caltrans right -of -way.
b. Observation and testing will be scheduled by the construction manager's field
representative and will consist of part-time observation and testing for trench backfill and
subgrade preparation, nearly continuous during structural backfill placement and full time
during asphalt paving.
c. A final report will be required upon completion of observation and testing.
d. It is assumed that storm drain trench backfill (within the Caltrans right -of -way) will consist of
211 Page
ANDERSON• PENNA
U
CM for Jamboree Bridge Widening over SR 73
concrete. Our observation and testing for drain line backfill will be very limited.
Trench Backfill
a. It is assumed that storm drain trench backfill (within the Caltrans right -of -way) will consist
of concrete. Our observation and testing for drain line backfill will be very limited.
b. The only utility lines noted on the plans were dry utility lines associated with relocation of
the street lights along the west side of Jamboree. Approximately 1,200 feet of trench at a
depth ranging from 2 to 4 feet is anticipated.
c. Irrigation pipelines and sleeves are assumed to be relatively shallow and but will require
limited observation and testing on backfill of trenches for the deeper lines.
Subgrade
a. Subgrade observation and testing will be required for the Abutment 1, Abutment 3, wing
wall, and Bent 2 foundations.
b. Curb and gutter subgrade — approximately 1,200 feet along the west side of Jamboree.
c. Curb for median replacement — approximately 2,000 feet
d. Sidewalk subgrade compaction and pre- saturation testing — approximately 1,200 feet
e. Local depressions — five total
f. Retaining wall foundation subgrade for Retaining Walls 191 and 193 — approximately 300
feet of wall
g. Subgrade and aggregate base for lane widening asphalt pavement — approximately 1,200
feet
h. Subgrade and aggregate base for asphalt pavement replacement along the median curbs —
approximately 2,000 feet
L Median paver /concrete pavement subgrade compaction and pre- saturation testing —
approximately 200 feet
j. Concrete stairway subgrade
Structural Backfill
a. Backfill around foundations for the abutments and the bent
b. Abutment backfill - North and south abutments
c. Retaining wall backdrain installation and backfill — approximately 300 feet of wall, backfill
ranging from 2 to 5 feet in depth
d. Backfill for the wing wall and miscellaneous areas disturbed during abutment construction
e. Minor grading to reconstruct slopes in the above areas
Asphalt Paving
a. Full -time inspection and testing during paving operations
b. Four episodes of paving consisting of the following areas
• Lane widening north of SR 73
• Lane widening south of SR 73
• Median borders north of SR 73
221Page /o
ANDERSON PENNA
O
CM for Jamboree Bridge Widening over SR 73
• Median borders south of SR 73
The AndersonPenna Team will provide geotechnical engineering office support in the areas of
trench excavation and backfill, subgrade preparation, structure backfill, review and response to any
City and Caltrans requests.
2.6.2 Coordination of Construction Issues: Construction issues will be coordinated with the City's
Project Manager, Caltrans, and the Design Engineer.
Task 3: Materials Testing
The AndersonPenna Team will provide a certified materials- tester acceptable to the California
Department of Transportation to perform soils and materials testing services. For this task, NMG
Geotechnical, Inc. will serve in this capacity. Laboratory and field materials testing will be used to ensure
that roadway construction work conforms to the
Caltrans Construction Manual, specifications, and
special provisions for material quality and
workmanship. Materials testing must conform to
the State's California Test Methods as specified in
the Caltrans Manual of Testing. The qualified
laboratory must be a participant in the
correlation testing
program
approved by
the
Caltrans Office of
Materials
Engineering
and
Testing Services. The Caltrans Local Assistance
Procedures Manual, Chapter 16 describes the
correlation testing program, requirements for
qualified laboratories, certification of personnel, certificates of compliance, and other issues related to
materials testing and inspection. The AndersonPenna Team will submit a list of required tests and
compliance certifications to satisfy the requirements for the project.
Task 4: Post Construction Services
The following activities will be performed as part of closing out the project.
Administration. The AndersonPenna Team will manage the turnover of the project to the appropriate
City operating unit including contract closeout, management of warranty period activities, and
demobilization of AndersonPenna staff with agreed upon plan.
Prepare Final Inspections and Deficiency Reports. Upon approximate completion of work for each
construction bid package, AndersonPenna's Project Manager will schedule acceptance inspection(s) with
231Page /i
ANDERSON•PENNA
o �
U S
d
�4xOHH�P
CM for Jamboree Bridge Widening over SR 73
the Contractor at approximation times for City staff. The AndersonPenna Team will prepare preliminary
and final punch lists and deficiency report listing all items of incomplete work requiring correction or
replacement. After issuing punch lists and deficiency reports to the Contractor, the AndersonPenna
Team will provide follow up inspection and record the completion or other resolution of all punch list
and deficiency work items.
Obtain Lien Waivers, Bonds, Guarantees, and Warranties. The AndersonPenna Team will obtain from
the Contractor lien waivers, bonds, guarantees, warranties, and other documents required by the
Contract Documents for final contract closeout.
Prepare Certificates of Acceptance and Substantial Completion. In conjunction with the City's Project
Manager and with approval of the City, AndersonPenna shall determine when the Project work is
substantially completed. We will prepare the Notice of Substantial Completion to establish the date for
the commencement of contract warranty periods and acceptance of maintenance responsibility by the
City. AndersonPenna will provide the Contractor with a list of any remaining incomplete work required
to be completed prior to Final Completion. Final payment will be recommended once the Certificate of
Acceptance and Substantial Completion is approved.
Contract Records and Final Report. The AndersonPenna Team will turn over all contract records and
documents, including final Record Drawings (As- Builts) to the City and Caltrans. AndersonPenna will
provide management of parties needed to complete As- Builts and secure City approval of same. The
Record Drawings for the assigned project shall be supplied on full -size plan sheets with neat hand
markings in permanent ink showing deviations from the original plans and drawings made during
construction, details in the construction not
previously shown on such plans or drawings,
changes to existing conditions or existing
conditions found to differ from those shown on the
original plans and drawings, the actual installed
position of bridge pilings, box girders, electrical,
piping, valves, stub outs, etc. We will prepare and
submit to the City a Final Report that summarizes
the performance of the Contractor, contract
changes including final cost and schedule revisions,
and final resolution of significant contract issues.
Warranty Coordination. The AndersonPenna Team will establish warranty repair procedures which will
include a notification prior to the expiration of warranty period. As problems are identified by the City
field staff, we will investigate, document, and, if needed, coordinate required repairs, with the
responsible Contractor(s).
24(Pag
/i
ANDERSON • PENNA
U S
eu
P
CM for Jamboree Bridge Widening over SR 73
Project Schedule
The following Primavera Master Project Schedule shows the likely sequence of major activities required
to complete the project. The preliminary schedule details the construction phases from a contractors'
perspective. We are experienced in developing integrated schedules that incorporate all critical
Contractor, utility, and agency activities required to successfully complete a project. The following
schedule was developed by reviewing each phase of the City's project in detail and includes all major
activities required to successfully manage this project. The schedule identifies the likely critical path and
near critical path (10 days of float or less) which the AndersonPenna Team will use to:
1. Identify the high risk areas before the project is bid.
2. Allow us to focus resources on these areas during the pre- construction phase of the project.
3. Provides a check schedule to compare with the Contractor's baseline when submitted.
After Contractor selection, one of our first tasks will be to assess the Contractor's schedule for
submittals that will be necessary to begin early operations and long lead material procurements. We
understand the Contractor's sense of urgency, and we will respond in a timely way to any pending
submittals, RFI's or other time sensitive issues. Our staff has extensive experience with processing RR's
and submittals. The AndersonPenna Team can positively affect the Contractor's schedule by using our
proactive approach to all review activities.
The construction duration of these projects will be a key issue to the local businesses and residents.
Continual monitoring and updating of the schedule is of primary importance. The AndersonPenna Team
will use foresight, proactive planning and experience to anticipate potential issues of concern with the
Contractor in order to maintain the project critical path.
We will prepare a Weekly Statement of Working Days using form CEM -2701 in accordance with the
Caltrans Construction Manual and the Standard Specifications. This will identify the controlling
operations to the Contractor, provide an evaluation of the progress of the contract, assess the current
controlling item of work, and advise the Contractor as to the amount of time remaining on the contract.
This weekly report is a key ingredient in maintaining project progress, as it establishes a record of
assessment of current project issues and progress.
25)Page /i
ANDERSONTENNA
Activity Activity Orig Early Early
ID Description Dug Start Finish
1
F D
F M A
Jamboree
Road Overcrossing
Rt 73
Bubf nit Constru'tion Managemeht Qualifications -.
Rdlview CM Qualifications Estimated)
IIII-Stlort List Eelectlon (Estimated)
of CM Firm ( Estirated) _
AWWCommitted , Review
_.
r- 4Cily Approval of CM Film
OwAquir(, Additional public ROW
#EillF�Constl�ructiblllty, RBviewfRevisipns,& RE Schedule .
Ali 3cure Caltr)ns Encroachment Permit
+Ac vertisellssup Bin Doc ur� rents
Bid Feridd
AIIIIIIIIIIIIIIIIIII"Prepare Issue Addenda
*Bid Opening
_ ! *Evaluate Blds /Recommendation to Committee
*Award to Lowest Responsive Bidder
Contractor Provide Insurance Bon
�eTCO L _e r_
ntractor Prepare & Pubmlt se line
'SPre- GOn;tru lion Meetin�j (Estimated)
- Reylev!Approve Contractor Bseline Sche ule• ,
CM Services Hammack
1000
Submit Construction Management Qualifications
0
18FES10
1005
Review CM Qualifications (Estimated)
916FEB10
02MAR10
1007
Short List Selection (Estimated)
0
03MAR10
1010
Interview of CM Firm (Estimated)
0
03MAR10'
1017
Committee Review
20
03NAR10
30MAR10
1020
City Approval of CM Firm
031MAR10'
1022
Aquire Additional Public ROW
25
31MAR10
04MAY10
1030 _
Construclibility Review /Revisions & RE Schedule
25
31MAR10
04MAY10
1035
Procure Caltmns Encroachment Permit
20
05MAY10
02JUN10
1040
Advertise/Issue Bid Documents
0
03JUN10
1050
Bid Period
F 30
03JUN10
15JUL10
1060
Prepare & Issue Addenda
3003JUNIO
15JUL10
q
1070
Bid Opening
016JULW
1080
Evaluate BidwRecommendation to Committee
0
16JUL10'
1090
_
Avrdrtl to Lowest Responsive Bidder
0
16JUL10-
1095
Contractor Provide Insurance Bond
55
16JUL10
O10i
1100
Contractor Prepare Submit Baseline Schedule
P
5516JUL10
01OCT70
1110
Pre-Construction Meeting (Estimated)
0
13SEP10
1120
Review /Approve Contractor Baseline Schedule
20
040CT10
29OCT10
1130
CM Services Hammock
444'
31MAR10
30DEC11
W
low
#Issue Corysra_ctor
� ��
`-'Ty
I
Told a to Proceeb i
Resldont Engineer &P� sorvioes
I
Mqterlal T sting
_ g;Re, iew & Monptor �ontradtor $chadul
T. _ _ J L QM I ape d on Service 9R ompiia
Amin strdtive Ma a mer(t
i.
10000
Issue Contractor Notice to Proceed
0
040CT10
10005
Resident Engineer &PM Services
314
040CT10
30DEC11
10010 CM Material Testing
295
040CT10
02DEC 11
10015 Review & Monitor Contractor Schedule
295
040CT10
02DEC11
10020 CM Inspection Services & Compliance Monitoring
314
040CT10
30DEC11
10025 CM Administrative Management
31404OCT10
30DEC11
A
gnM�r'
© Primavera Systems, Inc.
L Early Bar Progress Bar
CriticalActivity
Benchmark Construction Services
Jamboree Road Overcrossing Rt 73
Proposal Schedule.
4*0 10
BENCHMARK
Conslrtrction Services, Inc,
,
Date
Revision
'heckel, rove
--
—
Activity
ID
Activity
Description
Orlg
Dur
Early
Start
Early
Finish
2 1
F M M N F M A A
CMS
Contractor Substantial Completion
0
0L
�Cpntri{ctor SU(rslajltlal CO plr;tlorY
Construction WI, amjnock ( ork;Day$)
' HAMMOCK
Construction Hammock (Work Days)
295'
040CT10
0
� ` "$ rr k. � . 'b,• �t�7`a a1, v .,yy 3
Stage 1
(/ /¢onfrector tllobilba4on
~q. poor qubrpittalslApprdvals
;Install Tfaff ,c Controls
I AC�.ttuct Jamboree OC Substructure
APEIMNPWRetro(it Tieback Wall
i
10100
Contractor Mobilization
30
040CT10
15NOV10
10200
Contractor Submittals/Approvals
30
040CT10
15NOV10
e
10300
Install Traffic Controls
5
16NOV10
22NOV10
10400
Construct Jamboree OC Substructure
7023NOV10
04MAR11
10500
Retrofit Tieback Well
7023NOV10
04MAR11
Stage 2
�bonstru�t Jamboree OC ;Superetruclure
I
20100
Construct Jamboree OC Superstructure ! 9507MAR11
19JUL11
Stage 3
i, AMMMMWConetruct Retaiing�Wa(Is #191(;183
-. �NViden Jamtfare; Road Mill td
I
N. �ristcl
30100
Construct Retaining Walls #191 & 193
5507MAR11
20MAY11
30200
Widen Jamboree Road MacArthur to N. Bristol
20
23MAY11
20JUN11
Stage 4
AIIIIIIViliden Jamboree Road 5. Brlstcyto
Sta 1.81
40100
Widen Jamboree Road S. Bristol to Sta 181
20
21JUN11
19JUL11
. Stage 6
Al Shlff Trpffictc New Bridge & W(IIdemSB
1WRep�ace'Approaches SB�Jartjboree
Jan
Road
bores
50100
Shift Traffic to New Bridge & Widen SB Jamboree
5
20JULl1
26JULl1
50200
Replace Approaches SB Jamboree Road
15
27JULl1
16AUG11
Stage 6,4L,
ff Remove Uisting Medlin J
mbbree 183-18$
80100
Remove Existing Median Jamboree 183 -196
10
17AUG11
30AUG11
Stage 6B
__JJ'
�IReplace Approac, hes No
Jamboree
Road Ph 1
60200
Replace Approaches N8 Jamboree Road Ph 1
15
31AUG11
218EP11
Stage?
=- - -_-
i
Rep(ace',Approaphee N$ Jamboree Road Ph 2*
i
70100
Replace Approaches NB Jamboree Road Ph 2
15
22SEP11
120CT11
Stage B
Reco struct Median & Install "ndscapinqANOW
80100 Reconstruct Median & Install Landscaping
35 130CT11
02DEC11
INIM FN4 wo
AWGeneratelMonikor
Anil plia R
- 1 *ProJeck Ce
Pundhksk
cord Drawll�Ing
&Notice of
Info
COinplekion
nemte/M Oniter Punchlist 35
09NOV11
30DEC11
E:Ere
ompile Record Dramng Info 20
02DEC11
30DEC11
10050
Project Cert &Notice of Completion 0
30DEC11
o4�E.waoRT
9
_Critical
C9GIF00.tr
0 Primavera Systems, Inc.
Early Bar
Progress Bar
Activity
Benchmark Construction Services
Jamboree Road Overcrossing Rt 73
Proposal Schedule.
�r �f-
��i
BEI�CiMARK
Const1UdpN Sorvim, Inc.
W"W" of CA Myers, hi
Date
Revision
.heck
prove
AndersonPenna Partners, Inc. Proposed Fee to Provide Construction Management Services for Jamboree Road Bridge Widening over State Route 73
P-11 hive I raemn I X sera Psk Ase- mbb 1 ➢IM,wr W /nnF
.1
is,
135
lW
365
is.
13s
lr0
1.
130
130
135
is
71
W
Task lcPre Construction Aclvkles
1.1 Constructabila, Review
12
10
30
20
8
4
04
13,050
1.2 Bid £valuatkn
2
8:.
8
8
2
28
4,150
1.3 Review E.isin Profea Files
a
16
8
a
36
51820
14 ResidercEnlneers Project SUass.l.
1
4
16
4
6
31
4,935
1.5 Contract Administration
12
4
16
10
6
4
52
8,070
1.6:Pnamlos and (saddudPreeanAVctiori Meeting
5
30
6
4
27
4,195
I.7 plzpute Resolution 10 -1.ing Hess)
2
1p
20
4
4
a
2
50
8,160
Subatat HUua Tesk l
10
'38
Be
34
20'
IS
44
3fi
12
308
Subtotal Fee Task l
1,590
"es.
14,700
S,4W
3,300
2,340
6'.
4,.60
600
1500
461960
Task 2 :LOnstructlen Mena ementSaar.s OUtln Cunstsudlan
1.1 Project eoordinanon end crams ndenn
i.2a Foal polia himOrdlnatlan
is
10
117so'.
2, 1.2 Car Project Manager Coordination)
la
30
20
30
78
13,530
2.1.3 Contractor COrresondakce
5
20
100
18
143
19,495
2.1.4 maims Adml,laration Assume l daim)
2
4
30
4
4
16
2
42
6,340
2.I Schedule Man en t, Progrtss Meetings and Repanz
IAl aeries, On9rvdlnn XMedulq
15
16'.
28'
59
10,195
2.22 Sahedd. and fns Manaement
R
20
300
128
0 M
2.23C.Fatadtian Fair., Freesi s
8
16
40
IB
30
112
1 tees.1
22.4 Month) Pro ress Reports
30
20
20
20
70
8,950
2.3 P-.a-P end CM1ange Orders
23.1' Pmfera Paments(VUine 141
a
20
28
5
7a
131
19,695
112 Cheap Orders Assume 61
6
20
20
40
9
95
14,260
2.45ubmate,
2:4.1 List ef Re Wad SUb.M.1,
4.'
16
B
28
3,980
2.4.2 Receive a rd Process SUhmittals
10
16
45
20
91
131500
2.A3 Mdnao1SUbrn.11
20
16:.:
30
20
86
13,400
2.4.45sare rat Dlreibult.n U.
2
20
22
2570
is Requests toe lnlarmetlnn
2.4.1 Receive, Pmttss, Merrier RF14(Assume 20
10.
10'
45
20
85
12,650
2.5.2 Pre, e Re ... ress to Affs(Alanre 20)
10
45
20
75
10,600
2.5.3 COOrdleets and CiayCla, ,Proem Merger
4
20
24
3,340
2.5.4 Conduit Meeting to Resolve RF1'z As,eme 4)
8
a
8
16
40
6.320
1.6 COnstmdlon Ob rmatlon /Ins edloo Services
2A CannN[tlanans aabn
120
800.
920
132,400
Geotechnical Services 0urin tan
50
24
330
11,660
394
45,410
16.2
16.2 caardinadonaf C4nsrvadpn bsuea
d Cart I...as
-
15
cep:
200
cep
335
46,1>5
subtotal Hours Task 2
20
163
276
24
32
533
51
110
I,Og4
200
90
SO
24
320
31
2,968
subtobtFee Task 2
3,700
30,155
`48,30a
'3"
Siso
691290
5865
32,Ip
156,600
26,00
10,4W
6,750
2,040
24960
1,550
2,000
4011,730
Task 3: Materials Testh
34,070
e4070 .W
Task4 PMtf saaaftlan Seadcas
61 Adminisration
R
6
40
56
81090
42 Prepare Final lneections'and Deflcien Rep as
-
4
2'.
20
30
4
40
5,390
4.3 Obtain Lien Wavers, Bonds, Guarantees, and Warranties
9
2
16
8
30
4,370
4A a are Certicle, rfAaceparcs and SUbstandalCam tenon
-
4
-2
16.
8
30
4,370
4.1 Contract Remrds and Final Report-
8
2
is
6
6
5,410
4:fi Wapa- CaoNinatlon
-
4
2
4'
a
is IB
2,810
subtotal HIers iezk4
8
24
38
112
42
ip
214
Sueass. Fee Taska
1,980.
4040
3.isit
- 14S60.
6,3ro
Soo
30,430
Tbal Maun
41
225
370'
56
52'
663 ".'
51
120
1,130
300
80
86
34
320
53
3,62
Total Fee
7,M
41,625
66,150
9,280
8,580
86,190
5,865
12,000
169,500
26,000
10,400
11,610
3,040
24,960
2,650
49,230
533,850
�e�EWeORT
b
e./
�< /FOAL`'
CM for Jamboree Bridge Widening over SR 73
Project Team's Experience
AndersonPenna has assembled a highly qualified team to perform the City's Jamboree Bridge Widening
over SR -73 construction management. Our team will be led by David Anderson, PE as Project Manager.
Mr. Anderson has 40 years experience in bridge design, inspection and construction management. He
will be the primary contact with the City's Project Manager, will be responsible for the overall delivery of
the construction management services, and will prepare the Monthly Progress Reports to the City.
Mr. Anderson will be supported by Rich Hebert, PE (Benchmark Construction Services) as Resident
Engineer, fulfilling the role as outlined in the Caltrans Construction Manual. He will be supervising the
inspectors and materials testing, and will coordinate all activities with the Project Manager. Mr. Hebert
has 25 years of experience in the design, construction and construction management industry.
Additionally, Mr. Hebert's experience includes the Rte 22 Design -Build project in Orange County
California. He was responsible for the coordination of all construction engineering for all structures
project wide. "Central Engineering" provided design and review calculations for all temporary structures
such as bridge falsework, column guying, excavation shoring as well as determining all field construction
grades to build the bridges and walls. Quality Control field inspections were conducted by Central
Engineering staff verifying field layout of all phases of structure construction such as piles, bridge
abutments and columns, falsework, shoring, retaining walls and sound walls, and placement of rebar
and pre- stressed ducts. Mr. Hebert was also responsible for coordination of the structure design effort
working directly with the design engineers providing constructability reviews and coordination of RFI
processing between the field staff and the design engineers. Additional responsibilities included
managing the heavy Document Control efforts required on a Design — Build project which entails
processing all agency correspondence, field RFI's, plan distribution, all project submittals and all close —
out documentation including project as -built drawings and conditions.
Lisa M. Penna, PE is the assigned Principal -in- charge and will be responsible for seeing that the
AndersonPenna Team delivers this project to the satisfaction of the City. If necessary, Ms. Penna will
serve as the Alternate Project Manager, if Dave Anderson becomes unavailable. Ms. Perna has over 25
years of experience in public works construction and has managed the construction of local projects
ranging in value from a few thousand dollars to millions of dollars. She served for two years as the
Change Order and Claims Manager for the $10 billion Clean Water Program for the City of San Diego and
is currently acting as the Construction Manager on several projects for the City of Laguna Beach.
The inspectors assigned to this project include Paul Svocina, PE (Benchmark Construction Services) for
structures, Koft Baryeh, PE (Benchmark Construction Services), Todd Nieman, CCM/RCI
(AndersonPenna Independent) for civil improvements, Kenny Riggins (AndersonPenna Independent) for
28)PagP
ANDERSON • PENNA
� 1EW ART
O 6�
U i
Gciconr��
CM for Jamboree Bridge Widening over SR 73
electrical and signal improvements, and Herbert Afbornoz (Benchmark Construction Services) for overall
safety. Each of these individuals has substantial experience in their respective specialty areas.
Karios Markouizos, PE (NMG Geotechnical) will support the team by participating in the constructability
review, and will oversee the materials testing. Mr. Markouizos has 24 years of engineering and
management experience in Orange County, including work on the State Route 55 widening, and in the
Newport Ridge area.
The materials testing will be performed by Shohrooz "Bob" Korimi, PE (NMG Geotechnical), who has 23
years experience on similar projects in Orange and San Diego Counties. Mr. Karimi's experience includes
geotechnical engineering, project management and materials testing in the Cities of Newport Beach,
Irvine and the County of Orange.
Additional support to the team will
be provided by Koff Baryeh, PE
(Benchmark Construction Services),
who in addition to performing
structural inspection, will oversee
document control. He has 13 years of
similar experience for heavy
construction projects. Also, Joe Peck
is the Team's Schedule Manager, and
Vince Pirano is the Team's Estimator,
each with over 30 years experience
on similar projects.
Deborah Cobb (AndersonPenna) will
act as the chief labor compliance
officer. Debby has over 20 years of experience working with contractors in the public works industry and
has extensive background in project management for public works construction. Ms. Cobb recently
completed several projects for the City of Irvine where her role included liaison between the City and
the contractor on several major development projects. She has also recently attended the highly
regarded labor compliance education course presented through the State Water Resources Control
Board for training local agency employees and consultants in the methods of state and federal labor
compliance.
The following Organization Chart illustrates our project team.
29)Page /i
ANDERSON • PENNA
o m
G
�<I[00.N`P
Organization Chart
CM for Jamboree Bridge Widening over SR 73
Legend:
The following resumes demonstrate our team members' abilities to perform these services for the City.
301 Page 0
ANDERSON • PENNA
� s
CXn
I J /nom
CM for Jamboree Bridge Widening over SR 73
Proposed Billing Rate Schedule
The AndersonPenna Team's fee proposal is included in a separate sealed envelope and marked as
Exhibit B.
Team Member
Position
Billing Rate
C3ar�d, Aiid�isgn..E' :
T�ci �altdger
$75,%� ` ,,
_
Lisa M. Penna, PE
Principal -in- charge
$185.00
Rh}fiebert�?E.'.
$175.00
RbsidextEngineer
Paul Svacina, PE
Structural Inspector
$150.00
Kenny Riggins Signallnspector $ 95.00
Vince Pirano
Deborah Cobb
I
Shahrooz Karimi. PE
Geotech Technician
Estimator
Labor Compliance
POWWOW
Material Testing
I&ANW4
Material Testina
$115.00
$ 78.00
/i
ANDEMONTENNA