HomeMy WebLinkAboutC-3373 - Newport Boulevard from 26th Street to 16th Street and Balboa Boulevard from 12th Street to Medina Way Rehabilitation - Professional Services AgrCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, MMC
November 29, 2004
Sully Miller Contracting
1100 E. Orangethorpe Ave., Suite 200
Anaheim, CA 92801
Subject: Newport Boulevard/ Balboa Boulevard - 261' Street to 16th Street
(C -3373)
To Whom It May Concern:
On November 25, 2003, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on January 13, 2004. The Surety for
the contract is Liberty Mutual Insurance Company, and the bond number is 014-
012 -193. Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, MMC
City Clerk
cc: Public Works Department
R. Gunther, Project Manager
enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- heach.ca.us
• . EXECUTED IN FOUR COUNTERPARO *
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
BOND NO. 014 -012 -193
FAITHFUL PERFORMANCE BOND
The premium charges an this Bond is $ 8,837.00
being at the rate of $ 5.00 * thousand of the Contract price.
WHEREAS, the City Council of the City pf Newport Beach, State of California, by motion
adopted, awarded to Sully Miller Contracting* hereinafter designated as the "Principal', a
contract for construction of NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY &
STORM DRAIN REHABILITATION, Contract No. 3373 in the City of Newport Beach, in strict
conformity with the plans, drawings, specifications, and other Contract Documents maintained in
the Public Works Department of the City of Newport Beach, all of which are incorporated herein
by this reference.
WHEREAS, Prncipal has executed or is about to execute Contract No. 3373 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and Liberty Mutual Insurance Company
duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport
Beach, in the sum of one million, seven hundred sixty -seven thousand, three hundred sixty-
five and 001100 Dollars ($1,767,365.00) lawful money of the United States of America, said sum
being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport
Beach, its successors, and assigns; for which payment well and truly to be made, we bind
ourselves, our.heirs, executors and administrators, successors, or assigns, jointly and severally,
firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or fails to indemnify, defend, and save harmless the Ctty of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
* First $500,00 and next $2,000,000.00
* * Company
65
As a pan of the obligation secured hereby, and In addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder or
to the specifications accompanying the same shall in any way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for one (1) year following the date of formal acceptance of the Project by the City.
In the event that the Principal executed this bond as an individual, It is agreed that the
death of any such Principal shall not exonerate the Surely from its obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 10th day of December '2002.j
Sully- Miller Contracting Company
Sully Miller Contracting (Principal)
Liberty Mutual Insurance Company
Name of Surety
8044 Montgomery Rd Ste 626W
Cincinnati, OH 45236
Address of Surety
(800) 759 -0559 _
Telephone
Authorized
RON SALCIDO,
Agent Sig
Teresa I. Ja
Print Name and
Attorney -in -Fact
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
M
State of California )
ss.
County of Orange )
E
On 12/10/02 before me, DIANE INGRAM - NOTARY PUBLIC
(Name and title "Notary Public "),
personally appeared RON SALCIDO
name of signer, (X) personally known to me(or proved to me on the basis of satisfactory
evidence) to be the person whose name is subscribed to the within instrument and
acknowledged to me that be executed the same in his authorized capacity, and that by his
signature on the instrument the person, or the entity upon behalf of which the person
acted, executed the instrument.
WITNESS my hand and official seal.
DIANE INGRA — N TARY PUBLIC
(Signature of Notary) (Sea] of Notary)
Description of Attached Document
Title of Type of Document ENTIRE CONTRACT AND BONDS CIO NEWPORT BCH
Document Date: Number of Pages:
Signer Other Than Named
Capacity Claimed by Signer
Signer's Name: RON SALCIDO
Individual
X Corporate Officer— Title: VICE PRESIDENT
❑ Partner - ❑ Limited ❑ General
❑ Attorney_ in Fact
C Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: SULLY - MILLER CONTRACTING COMPANY
i
STATE OF California
CO LINTY OF
December 10, 2002
PERSONALLYAPPEARED
before me,
Teresa I. Jackson
personally known to me (or proved to me on the basis of satisfactory
evidence) to be the persons) whose name(s) islare subscribed to the
within instrument and acknowledged to me that helshelthey executed
the same in hislherltheir authorized capacity(ies), and that by his/her /their
signature(s) on the instrument the persons), or the entity upon behalf
of which the persons) acted, executed the instrument.
WITNESS my hand and official seal.
Signature l
SS.
Nine
OPTIONAL
0
Public
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
0 ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONS) OR ENTIT4 IES)
Liberty Mutual Insurance Company
DESCRIPTION OF ATTACHED DOCUMENT
Faithful Performance Bond
TITLE OF TYPE OF DOCUMENT
Two
NUMBER OF PAGES
December 10, 2002
DATE OF DOCUMENT
ID -1232 (REV. 5101) ALL - PURPOSE ACKNOWLEDGEMENT
NIRIA TAPIA
COMM. #129_'351 _
g : °s
3 v%R
NOTARY PUBLIC CkUPvn Poi..
ORANGE uk)UN v
i
MY Comm. Exp. Feb. 8, 2 005
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
0 ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONS) OR ENTIT4 IES)
Liberty Mutual Insurance Company
DESCRIPTION OF ATTACHED DOCUMENT
Faithful Performance Bond
TITLE OF TYPE OF DOCUMENT
Two
NUMBER OF PAGES
December 10, 2002
DATE OF DOCUMENT
ID -1232 (REV. 5101) ALL - PURPOSE ACKNOWLEDGEMENT
I HIS POWER OF ATTORNEY IS NOT VALID IT IS PRINTED ON RED BACKGROUND. 1077702
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
- extent herein stated. - -
LIBERTY MUTUAL INSURANCE. COMPANY
.BOSTON, MASSACHUSETTS.
POWER OF ATTORNEY
' - -
_
KNOW ALL PERSONS BY THESE PRESENTS: - - -,
That Liberty Mutual Insurance Company (the Company "), a Massachusetts' mutual Insurance company; pursuant 16 -and; by authority of the By -law and
Authorization hereinafter set fonh does hereby'name; constitute and appolnt'TERESA
L JACKSON, VICTORIA VOORHEES, JOHN D.. MILLER,
j
CHRISTINE MAESTAS ALL QF'THECITY OF SANTA ANA, STATE OF CALIFORNIA ...r.:..
.
each individually if there be more than one named, its true and "lawful attomey In -fact to make, execute seal; acknowledge!and deliver, for and on its behalf
as
surety and as iIs�act and deed, any and a9 undertakings, bonds ;recognizances andpiher surety: obligations. in the penal sum not exceeding
ONE.HUNDRED MILLION AND 00 /J00* * * * * ** * * * * ** * * ****
DOLLARS( $: 100,000,00000 * *.
each, . and the execution of such
undertakings, bonds, recognzances and. other surety obligations, in ` pursuance of these presents shall be as binding upon the Company as'rf they had been
duty
-
signed by the president and attested by the secretary of the Company in'tneir own proper. persons. .. -
That this power is made and executed pursuant to and by authority of the,following By -law and Authorization: - - : -
m
0.
- ARTICLE XVI'- Execution. of Contracts: Section 5. Surety - Bonds.and Undertakings. - - - -
y
of
Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as
the or
e
rri•
chairman the president may prescribe, shall appoint such attorneys -m -fact, as may be.necessary to act in behalf of the company to make,
- -
M
)
CO E.
execute, seal, acknowledge: and deliver as surety any and all undertakings, bond's, mcognizances and other surety' obligations: ,Such attorneys -in-
fact, subject, to the limitations set forth in their respective.
Y m
m
powers of attorney,. shall have full power to bind' the company by their signature and
- execution of, any such instruments and. to attach thereto the'seaf of the company:: When so executed such instruments shall be r binding as if
Ti
C
Cal
-a
signed by the president and attested by the secretary. - - - - - - - -
— _
'm
v y
By the following instrument the chairman orthe president has authorized the officer or other official named therein to appoint attorneys -in -fact
0:
O?
�-
_
- Pursuant to Article XVI, Section 5 of the. By -laws, Timothy C. Mulloy, -an official of Liberty Mutual Insurance': Company, is hereby authorized to appoint
such attorneys -in -fact as may be. -make,
En
y W.
`� 'E
M
riecessary to act in behalf of the company to execute, seal, acknowledge and deliver as surety any and all
0 CL
at
'O-
undertakings, bonds, recognizances and other surety obligations. All Powers of Attorney attested to or executed by Timothy C. Mulloy in his capacity
of
Q o
to �;
as an officer or official Liberty Mutual Insurance Company, whether before, on or after the date of this.Authorization, including- without. limitation
- Powers of Attorney attested to or executed as Assistant Secretary of Liberty Mutual -
—L
Insurance Company, are hereb ratified and approved. -
_ _ _ Y PProved.
L �
to O:
That the By -law and the Authorization set fort h above are true cup ies thereof and are now in full force and effect
3v
C m
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized . officer' or official of the Company and the corporate seal of Liberty
.Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania -
.L o.
IM U)
this
- 13Ld —_ day of July Poo;)
IM
d
- - - '.LIBERTY MUTUAL INSURANCE COMPANY -
o r-
0
- �\ _. _ ._ _ - -�
m
E
C
- - - - TimofFyb C.Mull - ssistantSecm r - -
COMMONWEALTH OF PENNSYLVANIA - as �
-
. >M
o
�
COUNTY OF MONTGOMERY
d °a
> y.
`
On this
8
G
day of „hefore me, a Notary Public personally: Game Timothv C MulloV, ta'me'known, and
acknowledged that he is an official of Liberty Mutuaf Insurance Company; that he -knows the seal of said cuporahon and that he execute the above
:_cm
C
Power of
Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with th@ authonty Andatythe direction of. said corporation.
v
IN TESTIMONY WHE �,1 - unto subscribed my name and affuced my;notanaf seaf'at Plymouth Meeting, Pennsylvania, on the day and year first
above
rp.
~ T'
Written. - -
tilCC�,'pNtCN
4
- OF
Public ='.
- CERTIRCATE :.,,Notary : - - -
1, the undersigned, Assists -�` ry;ef ti Mutual Insurance Company, do hereby certify that the original power of attorney of which the. foregoing is a full, true' and. correct
copy, is in full force and effect on a e of this certificate, and too further certify that the officer or official who "cooled the said power of attorney was One Of the officers or officials
specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XVI, Section Soil the By- lawsotLiberty Mutual Insurance Company,
This certificate and the above power oe attorney may be signed by facsimile of mechanically reproduced signatures under. and by authority of the following vote of the. board of
directors of Liberty Mutual Insurance Company at ameeting duly called and held on the 12th day of March, 1980. - - -
VOTED that the facsimile or mechanically reproduced srgnature'of any assistant secretary of the company, wherever appearing upon a certified copy of anyeower of
attorney issued by the company in connection with surety. bonds, shall de valid_arid.binding. upon the company with thesoine force and effect as though manually affixed: .
IN TESTIMONY WHEREOF, I have hereunto subscribed:my name and affixed the corporate seat of thesaid company, this _ LOih day of December 2002
P1jz ,
' �i : ' -:jM F. X. Hae- ,.ASSisfant Secretary '
• •
ral
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
January 13, 2004
Sully Miller Contracting
1100 E. Orangethorpe Ave., Ste. #200
Anaheim, CA 92801
Subject: Newport Boulevard/ Balboa Boulevard - 261h Street to 1611, Street (3373)
To Whom It May Concern:
On November 25, 2003, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
December 9, 2003, Reference No. 2003001463828. The Surety for the contract is
Liberty Mutual Insurance Company, and the bond number is 014 -012 -193.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
cc: Public Works Department
R. Gunther, Project Manager
encl.
3300 Newport Boulevard • Post Office Box 1768, Newport Beach. California 92658 -8915
Telephone: (949) 644 -3005 Fax: (949) 644 -3039 www.city.newport- beach.ca.us
• * EXECTED IN FOUR COUNTERPARTS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORRT BOULEVARD t BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
Premium: Included in
CONTRACT NO. 3373 Charge for Performance
Bond.
BOND NO. 014 -012 -193
LABOR AND MATERIALS PAYMENT ROND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to Sully Miller Contracting;` hereinafter designated as the "Principal," a
contract for construction of NEWPORT BOULEVARD 1 BALBOA BOULEVARD ROADWAY &
STORM DRAIN REHABILITATION, Contract No. 3373 in the City of Newport Beach, in strict
conformity with the plans, drawings, specifications and other Contract Documents in the office of
the Public Works Department of the City of Newport Beach, all of which are incorporated herein
by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3373 and the
terms thereof require the furnishing or a bond, providing that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon,
for, or about the performance of the work agreed to be done, or for any work or tabor done
thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE We the undersigned Principal, and,
Liberty Mutual Insurance Company duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety") are
held firmly bound unto the City of Newport Beach. in the sum of one million, seven hundred
sixty -seven thousand, three hundred sixty -five and 001100 Dollars ($1,767,365.00) lawful
money of the United States of America, said sum being equal to 100% of the estimated amount
payable by the City of Newport Beach under the terms of the Contract; for which payment well
and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used In, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and tabor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California.
*Company
63
0 0
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action
to them or their assigns in any suit brought upon this Bond, as required by and in accordance with
The provisions of Sections 3247 et. seq. of the Civil Cade of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual, it is
agreed that the death of any such'principa( shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 10th day of __December - ^ zCK)Z\
Sully- Miller Contracting Company
Sully Miller Contracting (Principal)
Liberty Mutual Insurance Company
Name of Surety
8044 Montgomery Rd Ste 626W
Cincinnati, OH 45236
Atldress of Surety
(800) 759 -0559
Telephone
Teresa 1. Jackson, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
64
State of California )
) ss.
County of Orange )
On 12/10/02 before me, DIANE INGRAM - NOTARY PUBLIC
(Name and title "Notary Public "),
personally appeared RON SALCIDO
name of signer, (X) personally known to me(or proved to me on the basis of satisfactory
evidence) to be the person whose name is subscribed to the within instrument and
acknowledged to me that he executed the same in his authorized capacity, and that by his
signature on the instrument the person, or the entity upon behalf of which the person
acted, executed the instrument.
WITNESS my hand and official seal.
(Signature of Notary) (Seal of Notary)
DIY : • <
OPTIONAL
Description of Attached Document
Title of Type of Document ENTIRE CONTRACT AND BONDS C/O NEWPORT BCH
Document
Signer Other Tban Named Above: None
Capacity Claimed by Signer
Signer's Name: RON SALCIDO
Individual
X Corporate Officer— Title: VICE PRESIDENT
❑ Partner - ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
umber of Pages:
Signer is Representing SULLY- MILLER CONTRACTING COMPANY
0 0
STATE OF California
SS.
COUNTYOF Orange
December 10, 2002 , before me, Nina Tapia, Notary Public
PERSONALLY APPEARED Teresa I.
personally known tome (or proved to me on the basis of satisfactory
evidence) to be the persons) whose name(s) islare subscribed to the
within instrument and acknowledged to me that he/she they executed
the same in his/her /their authorized capacity(ies), and that by his/her /their
signature(s) on the instrument the persons), or the entity upon behalf
of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature
OPTIONAL
NIRIA TAPII
COMM. # 12 93351
g =mW •^ NOTARY PUBLIC- CALiFUNN1Ac
3 ' ORANGE COUNTY
My Comm. Esp. Feb. B. 2005
This area for Official Notarial Sea(
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(SI OR EWR`oQES)
Liberty Mutual Insurance Company
DESCRIPTION OF ATTACHED DOCUMENT
Labor and Materials Payment Bond
TITLE OF TYPE OF DOCUMENT
Two
NUMBER OF PAGES
December 10, 2002
DATE OF DOCUMENT
Sully - Miller Contracting Company
SIGNER(S) OTHER THAN NAMED ABOVE
ID -1232 (REV. 5101) ALL - PURPOSE ACKNOWLEDGEMENT
0
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Recorded in OfficiRecords County of Orange
Tom Daly, Clerk- Recorder
IIIIIIII !LIIIIIIIIIIII!IIIIIIINIIIII 111111 !I!Ili'lll!!!IIIIIIII!II!NO FEE
117 92 N12200300146382812:25pm 12/09/03
0 0 0.00 0.00 o.00 0.00 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
!4
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Sully - Miller Contracting Company of
Anaheim, California, as Contractor, entered into a Contract on December 17, 2002. Said
Contract set forth certain improvements, as follows:
Newport Boulevard /Balboa Boulevard — 26 h Street to 16`h Street (C -33731
Work on said Contract was completed on Seotember 19 2003, and was found to be
acceptable on November 25, 2003, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is Liberty Mutual Insurance Company.
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. rr 1 1 ,
Executed on jV�V{,MI'y(i✓ �VW/ yV�� , at Newport Beach, California.
BY Lvtn X.JJ� F �4.
o.
City Clerk
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
November 26, 2003
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notice of Completions for:
Newport Boulevard /Balboa Boulevard — 26" Street to 16" Street (C- 3373);
Fire Station No. 3 Pavement Reconstruction (C- 3605);
Ocean Front Beach Access Walkways (C- 3378); and
Harbor View Nature Park — Miscellaneous Slope Repairs (C -3567)
Please record the four enclosed documents and return them to the City Clerk's
Office. Thank you.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
Enclosures
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 - www.city.newport- beach.ca.us
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Exempt from recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Hillcrest Contracting, Inc. of Corona,
California, as Contractor, entered into a Contract on June 10 2003. Said Contract set
forth certain improvements, as follows:
Fire Station No. 3 Pavement Reconstruction (C -3605)
Work on said Contract was completed on September 19, 2003, and was found to be
acceptable on November 25. 2003, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland.
VERIFICATION
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. p� /I^/ �,{�
Executed on �Ourlgz ' , at Newport Beach, California.
BY ��nnw il31 d1
e,
City Clerk ?"
C9 <l F00.1��P ,
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 3
November 25. 2003
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY
FROM: Public Works Department
R.Gunther, P.E.
949 - 644 -3311
rgunther@city.newport-beach.ca.us
SUBJECT: NEWPORT BOULEVARDIBALBOA BOULEVARD — 26TH STREET TO
16TH STREET - COMPLETION AND ACCEPTANCE OF CONTRACT NO.
3373
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
5. Authorize a contract for $77,430 with Asbury Environmental Services (AES) to install
the 58 Ultra Urban Filters that were deleted from this project through Change Order
No. 4.
DISCUSSION:
On December 17, 2002, the City Council authorized the award of the Newport
Boulevard /Balboa Boulevard Roadway and Storm Drain Rehabilitation contract to Sully
Miller Contracting Company (Sully Miller) of Anaheim, California. The contract provided
for the rehabilitation of the roadway with new asphalt pavement underlain by glass -grid
fabric. The work also included the installation of new storm drains, storm drain inlets,
and the construction of new and widened sidewalks. The contract has now been
completed to the satisfaction of the Public Works Department. A summary of the
contract cost is as follows:
Original bid amount: $1,767,365.00
Actual amount of bid items constructed: $1,386,747.86
Total amount of change orders: $58,547.66
Final contract cost: $1,445,295.52
SUBJECT: Newport Boulevard /B Boulevard — 26" Street To 16" Street - Completion Acceptance Of Contract No. 3373
November 25, 2003
Page 2
The decrease in the amount of actual bid items constructed under the original bid
amount resulted from the decrease in quantities for asphalt base, surface course, and
the deletion of the storm drain filter systems. The final overall construction cost
including Change Orders was 18.22 percent under the original bid amount.
This project was approved by the Orange County Transportation Authority for
competitive Federal Arterial Highway Rehabilitation Program (AHRP) funds. The
funding obligation and reimbursement from the Federal Highway Administration are
processed through Caltrans.
A total of four Change Orders totaling $58,547.66 were issued to complete the project.
They were as follows:
1. A Change Order in the amount of $44,219.16 provided addional street
reconstruction, storm drain additions, rail -bed removal and miscellaneous extra
work.
2. A Change Order in the amount of $10,394.70 provided pavement reinforcing
removal and replacement.
3. A Change Order in the amount of $3,933.80 provided additional construction
survey work.
4. A final Change Order deleted bid item 14 for the storm drain filter systems
(deletion of $87,000.00), which are proposed to be done by another separate
contract.
Staff recommends that the storm drain funds deleted from the contract be used to
contract with AES to install the Ultra Urban Filter Systems in the storm drain inlets along
the project. These are very specialized items which require a specialized contractor for
production and installation.
Sully Miller had subcontracted with AES to install the catch basin filters for $87,000.
The filters were to be the standard basket -type made of stainless steel with the
standard Ultra Urban Filters. During construction, it was discovered that the standard
filters would not fit into the shallow storm drain inlets. Therefore a modified system was
installed during this past summer. This system was part stainless steel and part
painted metal and was not acceptable to the City.
Meanwhile, all of the other work was Completed by Sully Miller and is ready for
acceptance. Sully Miller requested that the City accept all of the completed work and
delete the catch basin filters from their contract. AES and the City agreed to do this as
long as AES would remove and replace the non - stainless steel parts with stainless steel
under a separate contract to be approved by the City Council. AES would also upgrade
the filters to the Smart Sponge with an antimicrobial agent, which is designed to capture
bacteria.
City staff has prepared a contract to accomplish the work with AES for $77,430, which
is about $10,000 less than the bid amount of Sully Miller. Staff recommends approval
of the contract with AES and to fund it through the cost savings in the Storm Drain
Account No. 7012- C5100008.
SUBJECT: Newport Boulevard /�a Boulevard — 26'" Street To 16'" Street - Complet�d Acceptance Of Contract No. 3373
November 25, 2003
Page 3
Funds for the project were expended from the following accounts:
Description
Measure -M Turnback
AHRP
AB2928
Storm Drain Improvements
Sidewalk, Curb and Gutter
Account No.
7281- C5100593
7285- C5100593
7191- C5100593
7012- C5100008
7013- C5100020
Total
Amount
$270,138.06
$435,773.40
$361,928.96
$300,433.10
$77,022.00
$1,445,295.52
Asphalt paving was completed on May 30, 2003, the original completion date. All other
work was completed on September 19, 2003, the revised completion date.
Environmental Review:
Per Federal funding requirements, a negative archaeological and historicicultural study
and report was completed for this project. A categorical exemption was issued for the
work. No other environmental reviews were required.
Prepared by:
l'j'Lfix�7v.✓ n..
R. Gunther, P.E.
Construction Engineer
Attachment: Contract with AES
Submitted by:
iCc �an4
Richard Edmonston
Acting Public Works Director
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ULTRA URBAN STORM DRAIN FILTERS FOR BALBOA BOULEVARD FROM
MEDINA TO 12TH STREET AND 16TH TO 19TH STREET
CONTRACT NO. 3670
CONTRACT
THIS AGREEMENT, entered into this day of , 2003, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and ASBURY ENVIRONMENTAL SERVICES,
hereinafter "Contractor," is made with reference to the following facts:
Project Description:
ULTRA URBAN STORM DRAIN FILTERS FOR BALBOA BOULEVARD FROM MEDINA
WAY TO 12TH STREET AND 16TH STREET TO 19TH STREET
Contract No: 3670
WHEREAS, Contractor has provided a bid to complete the work on Balboa Boulevard, which
was deleted from Contract No. 3373 (Newport Boulevard Rehabilitation from 16`" to 26"
Street) and this bid is at the same cost as provided to the previous Contractor.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Scope of Work (attached as Exhibit A), Permits, and Shop Drawings
for Contract No. 3670, Standard Specifications for Public Works Construction (current
adopted edition and all supplements) and this Agreement, and all modifications and
amendments thereto (collectively the "Contract Documents "). The Contract Documents
comprise the sole agreement between the parties as to the subject matter therein. Any
representations or agreements not specifically contained in the Contract Documents are
null and void. Any amendments must be made in writing, and signed by both parties in the
manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project per Exhibit A attached
hereto.
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City, which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of Seventy-Seven Thousand, Four Hundred
Thirty and 00/100 Dollars ($77,430.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Bill Patapoff, P.E.
(949) 644 -3311
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
CONTRACTOR
ASBURY ENVIRONMENTAL SERVICES
13579 Whittram Avenue
Fontana, CA 92335
909- 356 -0245
909- 356 -6993 Fax
Contractor, by executing this Contract,
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with original certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
2
E
0
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor 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 Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence'
form number CG 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0002 0287
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, agents, officials, employees and volunteers are to be
covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of Contractor, including the insured's general
supervision of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned,
leased, hired or borrowed by Contractor. The coverage shall contain no
special limitations on the scope of protection afforded to City, its officers,
officials, employees or volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, agents, officials, employees and
volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
agents, officials, employees and volunteers for losses arising from work
performed by Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice
by certified mail, return receipt requested, has been given to City.
All of the executed documents referenced in this contract must be returned within
ten (10) working days after the date on the "Notification of Award," so that the City
may review and approve all insurance and bonds documentation.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
0 10
6. Right to Stop Work for Non - Compliance
City shall have the right to direct the Contractor to stop work under this Agreement
and /or withhold any payment(s), which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage 1:0 any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
0
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
ATTEST:
CITY CLERK
APPROVED AS TO FORM:
CITY ATTORNEY
CITY OF NEWPORT BEACH
A Municipal Corporation
0
Mayor
ASBURY ENVIRONMENTAL SERVICES
al
Authorized Signature and Title
F: \USERS \PBW\Shared \Contracts \FY 03- 04\Ultra Urban Stonn Drain Filters C- 3670\CONTRACT C- 3670.doc
9
• EX tf 1, 13, T' A
ASBURY ENVIRONMENTAL SERVICES
Y � .
October 22, 2003
Mr. Bill Patapoff
City of Newport Beach
3300 Newport Blvd.
Newport Beach, Ca 92658
(949) 644 -3311 Phone
(949) 644 -3318 Fax
Mr. Patapoff,
7 2003
^ 1
We at Asbury Environmental Services (AES) would like to take the time to thank you for
the opportunity to provide you with the following project quotation. At AES customer
satisfaction through excellent service remains our goal and we look forward to working
with you in the future.
RE'M'ISED
Scope of Work
• Provide / Install Measure Screens and PolymerPaks with Smart Sponge Plus
(with antimicrobial inside) in thirty -eight (38) catch basins (56 curb inlets
openings) located on Balboa Blvd. (between 12`h and Medina and 16`h and 19`h)
Proposed Proiect Cost
• $77,430.00
(Including prevailing wage paid at current local determination)
—n:. ll.I, "—, . r � na cn»c � mnni Vc/ n�nc n cnv jonol �c,_a oo� r9 rr1PPnPAT9: lq ini .R4h -' 4Aon
Schedule
C�
• Manufacturing lead time: Three (3) business weeks from project confirmation
with approved quotation.
• Installation: Additional four (4) business weeks from manufacturing
completion date.
• Estimated project duration: Seven (7) business weeks.
Assumptions, Exclusions, and Limitations
• All material used in completing the above Scope of Work shall be constructed
of stainless steel with the exception of the wheels which are zinc plated
carbon steel with sealed ball bearing roller mechanisms.
• Should circumstances not outlined in the Scope of Work section be
encountered a change order will need to be issued to continue work.
• Price quotation based on field measurements made by AES with information
provided by the City of Newport Beach.
• Price quotation valid for 90 days.
• Terms: Payment per contract language.
• All measurements are to be confirmed by the customer prior to fabrication /
manufacturing unless prior arrangements have been made.
• No warranty shall apply without installation by an approved installer.
• A (10) ten -year manufacturer material corrosion warranty shall apply to all
stainless steel parts and materials, unless otherwise specified.
• A (5) five -year manufacturer material corrosion warranty shall apply to all
zinc plated parts and materials.
• A (1) one -year installation warranty shall apply to all AES installed
equipment as specified herein.
• Others shall meet any licenses, permits or regulatory requirements.
• Working hours: Monday — Friday 0700 —1600.
• This price quotation does not include prevailing wage unless otherwise
indicated.
• Traffic control to be provided by AES per W.A.T.C.H. manual.
Should you have any questions or concerns please contact me directly at (909) 376 4309.
Sincerely,
Shannon Munger C
Cy OF NEWPORT BEA
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663
until 11:00a.m. on the 27" day of November 2002,
at which time such bids shall be opened and read for
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY &
STORM DRAIN REHABILITATION
STPL- 5151 -016
Contract No. 3373
$2,280,000
Engineer's Estimate
— Sfel}Ken G. Badum
Pubi`ic Works Director
BIDDER'S LIST AVAILABLE ON
CITY WEBSITE:
http://www.city,newport-
beach. ca. us /Pu bworks /pwma in. htm
DBE Goal for this project is 8.83 percent.
Prospective bidders may obtain one set of bid documents at a cost of
$60.00 at the office of the Public Works Department, 3300 Newport
Boulevard, Newport Beach, CA 92663
Contractor License Classification(s) required for this project: "A"
For further information, call Fong Tse, Proiect Manager at (949) 644 -3340
f
0 CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
TABLE OF CONTENTS
NOTICE INVITING BIDS ............................................ ............................... ..........................Cover
23
INSTRUCTIONS TO BIDDERS .................................................................. ...............................
1
BIDDER'S BOND ......................................................................................... ..............................3
26
DESIGNATION OF SUBCONTRACTOR(S) ............................................... ...............................
4
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION... ...................................................
5
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .................. ...............................
6
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ............. ...............................
6
PUBLIC CONTRACT CODE 10232 STATEMENT ...................................... ...............................
7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ........................ ...............................
8
NON - COLLUSION AFFIDAVIT ................................................................. ...............................
12
DESIGNATION OF SURETIES ................................................................. ...............................
13
CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL ..............
14
ACKNOWLEDGEMENT OF ADDENDA .................................................... ...............................
16
INFORMATION REQUIRED OF BIDDER ................................................. ...............................
17
DEBARMENT AND SUSPENSION CERTIFICATION ............................... ...............................
20
NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS .... ...............................
21
DISCLOSURE OF LOBBYING ACTIVITIES ............................................. ...............................
22
INSTRUCTIONS FOR COMPLETION OF SF -LLL,
DISCLOSURE OF LOBBYING ACTIVITIES ............................................. ...............................
23
LOCAL AGENCY BIDDER - DBE — INFORMATION ................................. ...............................
25
DBE INFORMATION - GOOD FAITH EFFORTS ...................................... ...............................
26
SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS ............. ...............................
28
SUBCONTRACTOR AND DBE RECORDS .............................................. ...............................
33
DISADVANTAGED BUSINESS ENTERPRISE CERTIFICATION STATUS CHANGE .............
34
PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS ....... ...............................
36
BUY AMERICA REQUIREMENTS ............................................................ ...............................
37
FEDERAL MINIMUM WAGE RATES ........................................................ ...............................
38
NOTICE TO SUCCESSFUL BIDDER ...................................................... ...............................
56
CONTRACT............................................................................................. ...............................
57
LABOR AND MATERIALS PAYMENT BOND ........................................... ...............................
63
FAITHFUL PERFORMANCE BOND ......................................................... ...............................
65
FEDERAL REQUIREMENTS FOR FEDERAL AID CONSTRUCTION PROJECTS ..............FR
-1
PROPOSAL.......................................................................................... ...............................
PR -1
SPECIAL PROVISIONS ............................................................................. ...........................SP
-1
PROJECT FUNDING SIGN DETAIL ..................................................... ...............................
SD -1
2
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price)
may be received in lieu of the BIDDER'S BOND. The title of the project and the words
"Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570. The successful bidder's security shall be held until the Contract is executed.
Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to
exceed 60 calendar days after the successful bidder has signed the Contract.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the correct multiplication will be computed and the bids will be
0 0
compared with correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any
minor irregularity or informality in such bids. Pursuant to Public Contract Code Section
22300, at the request and expense of the Contractor, securities shall be permitted in
substitution of money withheld by the City to ensure performance under the contract. The
securities shall be deposited in a state or federal chartered bank in California, as the escrow
agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available by calling the
prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of
Industrial Relations. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive).
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act".
10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual
authorized by the corporation. For partnerships, the signatures shall be of a general partner.
For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
747612 A
Contractor's License No. & Classification
SULLY - MILLER CONTRACTING CO.
Bidder
Authorized Signature/Title
RON SALCIDO - VICE PRESIDENT
NOVEMBER 25, 2002
Date
• 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 3373 *
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of Ten Percent of the Amo„nr Ri a - - --
Dollars ($ 10% of Bid - -- ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of
NEWPORT BOULEVARD I BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION, Contract No. 3373in the City of Newport Beach, is accepted by the City
Council of the City of Newport Beach and the proposed contract is awarded to the Principal,
and the Principal fails to duly enter into and execute the Contract Documents and provide the
required original insurance documents for the construction of the project within thirty (30) days
(not including Saturday, Sunday, and federal holidays) after the date of the mailing of
"Notification of Award% otherwise this obligation shall become null and void,
If the undersigned Principal executing this Bond is executing this Bond as an individual,
it is agreed that the death of any such Principal shall not exonerate the Surety from its
obligations underthis Bond.
Witness our hands this 14th day of November ,
Sully - Miller Contracting Company
Name of Contractor (Principal)
Liberty Mutual Insurance Company
Name of Surety
8044 Montgomery Rd Ste 626W
Cincinnati, OH 45236
Address of Surety
(800) 759 -0559
Telephone
PRESIDENT
9a q% iz
Teresa I. Jacks
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
*STPL -5151 -016
STATEOF California
COUNTY OF Orange
On November 14, 2002
PERSONALLYAPPEARED _
SS.
before me, Niria Tapia, Notary Public
Teresa 1. Jackson
personally known to me (or proved to me on the basis of satisfactory
evidence) to be the person's) whose name(s) is /are subscribed to the
within instrument and acknowledged to me that he /she /they executed
the same in his/her /their authorized capacity(ies), and that by hisAter /their
signature(s) on the instrument the person's), or the entity upon behalf
of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature
OPTIONAL
'� NIR!A TAPIA
0 3 r comm. #1293351
NOTARY PUBLIC CAcP�MNL. �.
ORANGE COUNTY r:
My Comm. Exp. Feb. 9. 2M5
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITV(IES)
Liberty Mutual Insurance Company
DESCRIPTION OF ATTACHED DOCUMENT
Bidders Bond
TITLE OF TYPE OF DOCUMENT
One
NUMBER
November 14, 2002
DATE OF DOCUMENT
Sully - Miller Contracting Company
SIGNER(S) OTHER THAN NAMED ABOVE
ID-1232 (REV. 5/01) ALL - PURPOSE ACKNOWLEDGEMENT
THIS POWER OF ATTORNEY IS NOT VALID U* IT IS PRINTED ON RED BACKGROUND. •
1077675
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS:
That Liberty Mutual Insurance Company (the "Company "), a Massachusetts mutual insurance company, pursuant to and by authority of the By -law and
Authorization hereinafter set forth, does hereby name, constitute and appoint TERESA I. JACKSON, VICTORIA VOORHEES, JOHN D. MILLER,
CHRISTINE MAESTAS, ALL OF THE CITY OF SANTA ANA, STATE OF CALIFORNIA ......................... ...............................
, each individually if there be more than one named, its true and lawful attorney -in -tact to make, execute, seal, acknowledge and deliver, for and on its behalf as
surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
ONE HUNDRED MILLION AND 00 /100 * * ** * ** * * * * * * * * * * * ** DOLLARS ($ 100,000,000.00 * * * ** ) each, and the execution of such
undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been
duly signed by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By -law and Authorization:
ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as
the chairman or the president may prescribe, shall appoint such attorneys -in -tact, as may be necessary to act in behalf of the company to make,
execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -m-
fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the company by their signature and
execution of any such instruments and to attach thereto the seal of the company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
801 By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact
15 3
Pursuant to Article XVI, Section 5 of the By -laws, Timothy C. Molloy, an official of Liberty Mutual Insurance Company, is hereby authorized to appoint
such attorneys -in -fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all
y W undertakings, bonds, recognizances and other surety obligations. All Powers of Attorney attested to or executed by Timothy C. Malloy in his capacity
'O as an officer or official of Liberty Mutual Insurance Company, whether before, on or after the date of this Authorization, including without limitation
cc N Powers of Attorney attested to or executed as Assistant Secretary of Liberty Mutual Insurance Company, are hereby ratified and approved.
O
It C That the By -law and the Authorization set forth above are true copies thereof and are now in full force and effect.
m
m IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty
ai M Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 77rd day of July 2002
mN
i LIBERTY MUTUAL INSURANCE COMPANY
0 ._
E'y" By
0 m TimofF4 C. Mull ssistant Secre ary
.- COMMONWEALTH OF PENNSYLVANIA ss
9 v COUNTY OF MONTGOMERY
On this �. day of JU 2110? , before me, a Notary Public, personally came Timothy C. Mullov, to me known, and
acknowledged that he is an official of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of
Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation.
IN TESTIMONY WHEREOF, I hbve.hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first
above written.
otary�l Public
CERTIFICATE "
1
I, the undersigned, Assistary secretary of "Libbrty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct
copy, Is in full force and effect onthe date of this cerfificale; and I do further cenily Thal the officer or official who executed the said power of attorney was one of the officers or otficials
specially authorized by the chairman or the president to appoint attorneys -in -fact as provided In Article XVI, Section 5 of the By -laws of Liberty Mutual Insurance Company.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of
directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of
attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 14th day of November 2002
n F. X. Hee, Assistant Secretary
N
W
d
C
.y
7
9
_ C
m0
0H
yN
W
0 CL
Q rC0
oa
of c
3�
OE
N
L O
w Oi
O r-
>
00
a
.t Go
N
w co
c,
Oo
Ur
O�
r]
L
9
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California
County of Orange
On November 25, 2002 before me, Sherri L. Steenburgen, Notary Public, personally
appeared Ron Salcido, personally known to me, to be the person whose name is
subscribed to the within instrument and acknowledged to me that he executed the same
in his authorized capacity, and that by his signature on the instrument the person or entity
upon behalf of which the person acted, executed the instrument.
Witness my hand and official seal
9,99,,,.,9;.x.,.; c : +:...y,. >,•,,.),,,. >,.i • >.>, ffi
%HERM L..S '�E1iJBURGENCOA4M # 1276258 D W NOTARY ?UBLIC -CALIFORNIA M GR.4NGE000NN Sherri L. Steenburgen, Notary Pub c
My Cwnvsslon Expires Sept 9, 2004 e
99999y9499'.90 +i n.i :9J0v, +i,J9,9999990000090,
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: Bid Bond
Document Date: 11/14/2002 Number of Pages: One
Signer(s) Other Than Named Above Liberty Mutual Insurance Company
Capacity(ies) Claimed by Signer
Signer's Name:
❑ Individual
a Corporate Officer — Title(s): Vice President
❑ Partner - 0 Limited 0 General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: SULLY - MILLER CONTRACTING COMPANY
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he /she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State
law and/or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach. (Use additional sheets if needed)
Subcontractor's Information
Bid Item
Description of Work
%of
Number
Total Bid
Name:.MUOre SiJ'i ?//if Li>77�ir%
5'/'✓'�'�'t`/-ij'�T
Address:
Phone:
State License Number:
%g7yl/
C ny
Name: TAi��,�- La7P5
Address:
�z
r1��,y
Phone:
/
State License Number:S�
Name:
Address:
�i
Phone:
State License Number: J O
SULLY- MILLER CONTRACTING CO
Bidder
Mk
Autho zed Signature/Title
RON SALCIDO - VICE PRESIDENT
• •
Subcontractor's Information
Bid Item
Description of Work
°i or
Number
Total Bid
Name: ESL
Address:
3.1
3 S
Phone:
`
State License Number: 5(�Y31
Name: LNG �cY. ewr't S�r��yv e}
Address:
Phone:
State License Number:
Name:
Address:
�5
Phone:
State License Number:
Name: t? ,
t�- Yet' /t� CCnS -f-.
qq /
Address:
Phone:
`f J
U4 1V4-e�L /-
)
State License Number:
Name: �VI_�W! �+'t�ll�'Y.i�f}'��{✓ri"
U
Address: fo
/
✓I I Y 1
�
A
Phone: "
State License Number: y Sg
Name: �iC L,gyk S.,MZy
Address:
Phone:
State License Number: "'—
• •
Subcontractor's Information
Bid Item
Description of Work
%of
Number
Total Bid
Name:
Address:
Phone:
State License Number:
Name:
Address:
Phone:
State License Number:
Name:
Address:
Phone:
State License Number:
Name:
Address:
Phone:
State License Number:
Name:
Address:
Phone:
State License Number:
Name:
Address:
Phone:
State License Number:
0
0
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
The bidder SULLY - MILLER CONTRACTING COMPANY
proposed subcontractor hereby
certifies that he has XX has not _, participated in a previous contract or subcontract
subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or
11246, and that, where required, he has filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance, a Federal Government contracting or
administering agency, or the former President's Committee on Equal Employment
Opportunity, all reports due under the applicable filling requirements.
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60- 1.7(b) (1)), and must be submitted
by bidders and proposed subcontractors only in connection with contracts and
subcontracts which are subject to the equal opportunity clause. Contracts and
subcontracts which are exempt from the equal opportunity clause are set forth in 41
CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or under are
exempt.)
Currently, Standard Form 100 (EEO -1) is the only report required by the Executive
Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous
contract or subcontract subject to the Executive Orders and have not filed the
required reports should note that 41 CFR 60- 1.7(b) (1) prevents the award of
contracts and subcontracts unless such contractor submits a report covering the
delinquent period or such other period specified by the Federal Highway
Administration or by the Director, Office of Federal Contract Compliance, U.S.
Department of Labor.
7
0.
• •
PUBLIC CONTRACT CODE
Public Contract Code Section 10285.1 Statement
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California that
the bidder has _, has not xx been convicted within the preceding three years of any
offenses referred to in that section, including any charge of fraud, bribery, collusion,
conspiracy, or any other act in violation of any state or Federal antitrust law in connection
with the bidding upon, award of, or performance of, any public works contract, as defined in
Public Contract Code Section 1101, with any public entity, as defined in Public Contract
Code Section 1100, including the Regents of the University of California or the Trustees of
the California State University. The term "bidder" is understood to include any partner,
member, officer, director, responsible managing officer, or responsible managing employee
thereof, as referred to in Section 10285.1.
Note: The bidder must place a check mark after "has" or "has not' in one of the blank
spaces provided. The above Statement is part of the Proposal. Signing this
Proposal on the signature portion thereof shall also constitute signature of this
Statement. Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
Public Contract Code Section 10162 Questionnaire
In conformance with Public Contract Code Section 10162, the Bidder shall complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No xx
If the answer is yes, explain the circumstances in the following space.
U 0 !
Public Contract Code 10232 Statement
In conformance with Public Contract Code Section 10232, the Contractor, hereby states
under penalty of perjury, that no more than one final unappealable finding of contempt of
court by a federal court has been -issued against the Contractor within the immediately
preceding two year period because of the Contractor's failure to comply with an order of a
federal court which orders the Contractor to comply with an order of the National Labor
Relations Board.
Note: The above Statement and Questionnaire are part of the Proposal. Signing
this Proposal on the signature portion thereof shall also constitute signature
of this Statement and Questionnaire.
Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
SULLY - MILLER CONTRACTING COMPANY
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name /Number BALBOA BLVD. RECONSTRUCTION & STORM DRAIN IMPVTS
T NO. 3428
Project Description STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS
Approximate Construction Dates: From MARCH 2002 To: JUNE 2002
Agency Name
Contact Person
ITY OF NEWPORT BEACH
FONG TSE, P. E
Telephone (
)949 644 -3340
Original Contract Amount $1 , 6941 "hnal Contract Amount $ 1,609,000
If final amount is different from original, please explain (change orders, extra work, etc.)
CAME IN UNDER CONTRACT AMOUNT
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
10
0 0
No. 2
Project Name /Number INFRASTRUCTURE STREET /UTILITY IMPROVEMENTS
Project Description STREET s UNDERGROUND UTILITIES
Approximate Construction Dates: From 07/00 To: 02/01
Agency Name CAL STATE LONG BEACH
Contact Person MO TIDEMANIS Telephone( ) 562 985 -8489
Original Contract Amount $_297,808 Final Contract Amount $ 1,155,000
If final amount is different from original, please explain (change orders, extra work, etc.)
EXTRA WORK
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
No. 3
Project Name /Number SOUTH STREET IMPROVEMENTS, PROD. #1415
Project Description STREET IMPROVEMENTS
Approximate Construction Dates: From 08/99 To: 08/00
Agency Name CITY OF CERRITOS
Contact Person VIC MASAYA Telephone ( ) 562 916 -1220
Original Contract Amount $ 688.307 Final Contract Amount $ 720,704
If final amount is different from original, please explain (change orders, extra work, etc.)
EXTRA WORK
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
11
L
No. 4
Project Name /Number
Project Description
0 0
PAVEMENT REHABILITATION 2000 -01 PHASE i
PAVEMENT REHAB
Approximate Construction Dates: From 07/00 To: 10/00
Agency Name
Contact Person
CITY OF HESPERIA
MIKE PODEGRADZ
.Telephone (
) 760 947 -1000
Original Contract Amount $193,282 Final Contract Amount $ 1,064,570
If final amount is different from original, please explain (change orders, extra work, etc.)
EXTRA WORK, CHANGE ORDERS
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
No. 5
Project Name /Number 1998 -99 s 1999 -2000. CITYWIDE C.D.B.G. PROJECT
Project Description
STREET, ALLEY, SIDEWALK E PED RAMP PROJECT
Approximate Construction Dates: From 08/00 To: 11/00
Agency Name
Contact Person
CITY OF BURBANK
ADAM SALEHI
Telephone ( ) 818 238 -3946
Original Contract Amount $ 310,132 Final Contract Amount $ 334,058
If final amount is different from original, please explain (change orders, extra work, etc.)
CHANGE ORDER
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
12
t
No. 6
Project Name /Number CENTRAL AVENUE REHABILITATION
Project Description STREET REHAB
Approximate Construction Dates: From 05/00 To: 06/00
Agency Name TOWN OF APPLE VALLEY
Contact Person RICHARD PEDERSON Telephone ( ) 760 240 -7000
Original Contract Amount $ 415.652 Final Contract Amount $ 434,751
If final amount is different from original, please explain (change orders, extra work, etc.)
EXTRA WORK
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on -site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions. N
SULLY - MILLER CONTRACTING
Bidder
RON SAX= - VICE PRESIDENT
13
IX
WORK HISTORY:
1995 - Present
1986-1995
1978 -1986
1968 -1978
EXPERIENCE:
F
RESUME
RICK WAGGONER
PROJECT SUPERINTENDENT
Sully Miller Contracting Company
Boral Contracting
Fontana Paving
Yeager Contracting
Rick Waggoner has been in the construction industry for almost 35 years. Mr.
Waggoner is currently a Project Superintendent with Sully - Miller Contracting
Company and has worked in various positions including Laborer, Foreman,
and Operator prior to becoming a Superintendent. Mr. Waggoner is familiar
with all aspects of our work and has proved to be an experienced and talented
employee.
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
Countyof ORANGE )
RON SALC I DO being first duly sworn, deposes and says that he or she is
VICE PRESIDENT of SULLY - MILLER CONTRACT IK party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation;" that the bid is genuine and not
collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of,
or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of
that of any other bidder, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the bid are true;
and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of Calif r is that the foregoing is true
and correct.
SULLY - MILLER CONTRACTING
Bidder
�� A
Authorized SigqnaturelTitle
RON SALCI-DO - VICE PRESIDENT
Subscribed and sworn to before me this 26TH day of NOVEMBER , 2002.
[SEAL]
Notary Public lron JJJ9J9J999J99J .:J.,,g. }..Y.,..,.,
-O !..Y.:n.YJJJ00
SHL -'1?RI L.SI "EENBURGEN=
My Commission Expires: 09/09/2004 W CO ",4M # 1276258 D
NOraRYPIT!C- CALIFORNIA
Q ORANGE COUNTY ji
o M7 CnaimiSSW &pires Sept 9, 2004
000009959 ^9:. o-.w:.,.i J.i
°J''JJO• >J000990009009
14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
DESIGNATION OF SURETIES
Bidders name SULLY - MILLER CONTRACTING COMPANY
Provide the names, addresses, and phone numbers for all brokers and sureties
from whom Bidder intends to procure insurance and bonds (list by
insurance /bond type):
SURETY: LIBERTY MUTUAL INSURANCE COMPANY
8044 MONTGOMERY ROAD, SUITE 626W
CINCINNATI, OH 45236
(800) 759 -0559
BONDING AGENT: WILLIS RISK & INSURANCE
2677 N. MAIN ST., SUITE 300
NTA ANA. CA 92705
714) 571 -3110
15
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name SULLY - MILLER CONTRACTING COMPANY
Record Last Five (5) Full Years
Current Year of Record
I he intormation required for these items is the same as required for columns 3 to 6, Code
10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102.
16
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2001
2000
1999
1998
1997
Total
2002
No. of contracts
Gr
Total dollar
Amount of
Contracts (in
Thousands of $
No. of fatalities
No. of lost
p
Workday Cases
No. of lost
workday cases
involving
g
permanent
transfer to
another job or
termination of
employment
I he intormation required for these items is the same as required for columns 3 to 6, Code
10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102.
16
w
U
N
O
aL
M
M
Cl)
O
Z
Q
Z
O
col I
Q
W
}
z
Z
W
w
7
U
J
Q
F-
O
O
N
C�
1
O)
(M
0)
I
G
r-
CD
CD
9
0
a
z_
F—
z
Z
O
U
W
w
J
J_
J
J
7
y
G(
N
r
f0
r
7
O
O
N
W
F-
C F-
n IW^
L V
a) Z
a
a
m Q
O
N W
E O
m °
Z
O
O
fC
T
co
r-
N
N
C
O
t
CL
N
N
N
O O
co U
N
01 n
N
d
U
tCU
L6
i
N
co
cq
m
C6
O
co
co
O
co
W
co
0
O
O_
N
O
LO
O
O)
V
O
N
O
co
c0
O
O
a0
co
I
O
co
M
co
U')
O
O
O
W
m
O
r
O
O
O
co
co
O
N
O
�
N
r
O
O
O
LO
N
O
O
O
V
O
O
O
LO
LO
m
00
O
M
O
N
O
L c
O
p
N
U N
O
O C (p
(n
N
(NNn (0 C_
_
O O C
O
U
U E
C m
>
T N
7 7
O-0
C L
x m 0
U
E w
to
o
o Ea
m
m
Q) 0
E
U
O V
w
O
O C L O
a
0 0
0
O
u
O
O
O > c E
O
O p
O
O
O m
Z
F- U
Z
Z
Z .S $ O
N
(M
l()
0
a
z_
F—
z
Z
O
U
W
w
J
J_
J
J
7
y
G(
N
r
f0
r
7
O
O
N
W
F-
C F-
n IW^
L V
a) Z
a
a
m Q
O
N W
E O
m °
Z
O
O
fC
T
co
r-
N
N
C
O
t
CL
N
N
N
O O
co U
N
01 n
N
d
U
tCU
L6
i
A- • •
t _
May 7, 2001
SULLY- MILLER
CONTRACTING CO.
TO WHOM IT MAY CONCERN:
RE: Fatal Accident
On October 1, 1998, a Sully - Miller employee suffered a fatal accident. The employee
was not working on any of our projects, and he was not working on any property
controlled by Sully - Miller. The employee was not being supervised by anyone from
Sully - Miller and was not operating any equipment owned by us, however, he was on our
payroll that day. He was "rented" to another contractor as a roller operator for the day.
Our Workers' Compensation insurance carrier will handle this case, and they have
already started death benefits to his family.
CAL -OSHA completed their investigation and cited us for violation of California Code of
Regulation Section 3203(a)(2.4). The citation was appealed. We prevailed on the
appeal, however the Division has filed for a decision after reconsideration by the
Appeals Board. We do not know when the Appeals Board will review the matter.
Because the case is under investigation by the San Bernardino County District Attorney,
we are limited in the information that we can give out. Rest assured that this accident
had nothing to do with the safety performance of our company or with the safety
awareness every Sully - Miller employee displays.
Our Safety statistics have been far less than the average of other contractors in our line
of business over the past three years. We pride ourselves on an excellent safety
program, geared toward absolute protection of our employees while eliminating unsafe
conditions for the public and protecting our clients as well.
If you should have any further questions, please feel free to contact the undersigned at
714) 578 -9509.
Sincerely,
Randy Franklin
Safety /Risk Manager
MAIN 714. 578.9600
FAX 71,1.578-2850
1100 8. ORAYI.IFTHO IRFP. AVE STE 200
ANAHEIM CA 92801
license 747C12A
J_ 0 0
�x
Legal Business Name of Bidder SULLY - MILLER CONTRACTING CO.
Business Address: 1100 E. ORANGETHORPE AVE., ANAHEIM, CA
Business Tel. No.: 714 578 -9600
State Contractor's License No. and
Classification: 747612 A
Title
The above information was compiled from the records that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
SULLY - MI&ER CONTRACTING COMPANY, A CORPORATION
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
VICE PRESIDENT
If bidder is an individual, name and signature of individual must be provided, and, if he
is doing business under a fictitious name, the fictitious name must be set forth. If bidder
is a partnership or joint venture, legal name of partnership /joint venture must be
provided, followed by signatures of all of the partners /joint ventures or of fewer than all
of the partners /joint ventures if submitted with evidence of authority to act on behalf of
the partnership /joint venture. If bidder is a corporation, legal name of corporation must
be provided, followed by notarized signatures of the corporation President or Vice
President or President and Secretary or Assistant Secretary, and the corporate seal.
Signatures of partners, join venturers, or corporation officers must be acknowledged
before a Notary Public, who must certify that such partners /joint venturers, or officers
are known to him or her to be such, and, in the case of a corporation, that such
corporation executed the instrument pursuant to its bylaws or a resolution of its Board
of Directors.
17
J, •
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California
County of Orange
On November 26, 2002 before me, Sherri L. Steenburgen, Notary Public, personally
appeared Ron Salcido, personally known to me, to be the person whose name is
subscribed to the within instrument and acknowledged to me that he executed the same
in his authorized capacity, and that by his signature on the instrument the person or entity
upon behalf of which the person acted, executed the instrument.
Witness my hand and official seal
= ':: SHIkJ'I C..�i};ENBURGEN�'
COMM # 7276258 D
a ¢ m Cc OARYPJBLIC - CALIFORNIA I�. c lA
LINTY :1)
a ORANGE CO
1
Sherri L. Steenbur en, Notary u is
M/ Ccmmiss,un'.xpirns Sept. 9, W ; g ry
nnen9nnOnO0110ennen ennee101enOepeen0000n
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: Contractor's Industrial Safety Record
Document Date: Number of Pages:
Signer(s) Other Than Named Above
Capacity(ies) Claimed by Signer
Signer's Name:
❑ Individual
Lk Corporate Officer — Title(s): Vice President
❑ Partner - ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: SULLY - MILLER CONTRACTING COMPANY
r • •
r
CITY OF NEWPORT BEACH
j PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD/ BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
ACKNOWLEDGEMENT OF ADDENDA
Biddersname SULLY - MILLER CONTRACTING COMPANY
The bidder shall signify receipt of all Addenda here, if any:
Addendum No. Date Received Sig re
1 11/19/02
2 11/25/02
18
h
Page: 1 of 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
NEWPORT BOULEVARD /BALBOA BOULEVARD ROADWAY &
STORM DRAIN REHABILITATION
CONTRACT NO. 3373
DATE: November 18. 2002
TO: ALL PLANHOLDERS
BY: William Patapoff
City Engineer
Changes affected by this Addendum
1. Replace the prevailing wage sheets with the attached updated wage sheets.
A copy of the most current wage rates can be downloaded and printed from the
following website: hftp: / /www.gr)o.gov /davisbacon /ca.htmi
2. Section 215 -1 STORM DRAIN FILTERS (GENERAL) — The correct telephone number
is (310) 886 -3400.
Bidders must sign this Addendum No.1 and attach it to the bid proposal. No bid
will be considered unless this signed Addendum No. 1 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
SULLY- MILLER CONTRACTING COMPANY
Bidder's Name (Please Print)
BER 19
Date
Authorized Signature & Title
RON SALCIDO - VICE PRESIDENT
•CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO.2
NOV 2 5 2002
NEWPORT BOULEVARD/BALBOA BOULEVARD ROADWAY &
STORM DRAIN REHABILITATION
CONTRACT NO. 3373
DATE: November 25.2002 BY: William Patanoff
City Engineer
TO: ALL PLANHOLDERS
Chanaes affected by this Addendum
1. Bid Opening Date and Time
The new bid opening date and time is Tuesday, December 3r°, 2002 at 11:00AM.
2. Section 9 -3.1 Payment - General
Item No. 7 — Install 12 -Inch RCP Storm Drain (2000 -0): Replace the word
"compaction° with the words "trench backfill and compaction per applicable portions of
City Standard Plans STD -105 -L and STD - 106 -L".
Item No. 8 — Install 18 -inch RCP Storm Drain (2000 -D): Replace the word
"compaction" with the words "trench backfill and compaction per applicable portions of
City Standard Plans STD -105 -L and STD - 106 -L ".
Bidders must sign this Addendum No. 2 and attach it to the bid proposal. No bid
will be considered unless this signed Addendum No. 2 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
SULLY - MILLER CONTRACTING COMPANY
Bidder's Name (Please Print)
DECEMBER 2, 2002
Date
RON SALCIDO - vi
ESIDENT
1 4
f
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: SULLY- MILLER CONTRACTING
1100 E. ORANGETHORPE AVE., #200
Business Address: ANAHEIM, CA 92801
PHONE: 714 578 -9600
Telephone and Fax Number: FAX: 714 578 -9672
California State Contractor's License No. and Class: 747612 A
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 03/30/98 Expiration Date: 03/31/04
List the name and title /position of the person(s) who inspected for your firm the site of
the work proposed in these contract documents:
VICTOR HERNANDEZ, PROJECT MANAGER
The following are the names, titles, addresses, and phone numbers of all individuals,
firm members, partners, joint ventures, and company or corporate officers having a
principal interest in this proposal:
Name Title
SEE ATTACHED LIST
Address
Corporation organized under the laws of the State of DELAWARE
Telephone
19
,.
s
0
CERTIFICATE OF INCUMBENCY AND RESOLUTION
I, Ron Salcido, do hereby certify that I am a Vice President of Sully- Miller Contracting
Company, a Delaware corporation, and that as such I have access to and custody of the
corporate records and minute books of said corporation.
And I do hereby further certify that the following persons are duly elected officers of said
corporation.
TITLE
Chairman of the Board
President & CEO
Chief Financial Officer & Treasure
Vice President
Vice President
Vice President
Secretary
Assistant Secretary
Assistant Secretary
Assistant Secretary
Assistant Secretary
NAME
Louis Gabanna
R. Bruce Rieser
Tim P. Orchard
Ron Salcido
Mitchell P. Vigna
Peter Pouwels
Stewart M. Fuhrmann
George Aldrich
Mary Lawson
Mike Edwards
James Wu
I further certify that the following is a true and correct copy of a resolution duly adopted
by the Board of Directors of said Company at a meeting held on December 22, 2000, and
that this resolution has not been in any way rescinded, annulled or revoked but the same
is still in full force and effect:
"(AUTHORITY TO EXECUTIVE BIDS AND CONTRACTS)
Resolved, that any officer of assistant officer of the Company be and
each of them is hereby authorized to execute in the name and on the
behalf of this Company under its corporate seal any and all proposals
for the sale of products, merchandise and services of this Company
and any bids and performance bonds required in the connection there-
with, to the United States and of the State, territories and dependencies
of the United States, the District of Columbia, cities, towns, townships,
counties, school districts, and to the department, political subdivisions,
agencies or wholly -owned corporation thereof, or to any other person."
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal
this 28'h day of March 2002.
(SEAL).
Ron Salcido, Vice President
1100 E. Orangethorpe Ave Ste 200
Anaheim, Ca. 92801
(714) 578 -9600
• •
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
NONE
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
NONE
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
NONE
Briefly summarize the parties' claims and defenses;
N/A
Have you ever had a contract terminated by the owner /agency? If so, explain.
Have you ever failed to complete a project? If so, explain.
For any projects you have been involved with in the last 5 years, did you have any
claims or actions by any outside agency or individual for la ompliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.)? Yes No
Are any claims or actions unresolved or outstanding? Yes Ir o)
0111
10
0
If yes to any of the above, explain. (Attach additional sheets, if necessary)
N/A
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non - responsive.
SULLY - MILLER CONTRACTING
Bidder
R. BRUCE RIESER
(Print name of Own
of COrppration/CN
RON SALCIDO
VICE PRESIDENT
Title
- PRESIDENT b CEO
r or President
NOVEMBER 26, 2002
Date
Subscribed and sworn to before me this 26th day of November _'2002.
[SEAL]
J S MLNKIRGE N
�
N &./ JPntut # 7276258 >
SHERRI L. STEENBURGEN Q ��F vF e ic- CALIFORNIA
NOTARY PUBLIC a rcouNry
e .xOs Sept. 9, 209E
: „aaar +aa +.x.ex -.. .: ,:.>. >aaaaaaaaeaaao
21
0
E
t'
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
The bidder, under penalty of perjury, certifies that, except as noted below, he /she or any other
person associated therewith in the capacity of owner, partner, director, officer, manager:
• is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any Federal agency;
• has not been suspended, debarred, voluntarily excluded or determined ineligible by any
Federal agency within the past 3 years;
• does not have a proposed debarment pending; and
• has not been indicted, convicted, or had a civil judgement rendered against it by a court of
competent jurisdiction in any matter involving fraud or official misconduct within the past
3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
NONE
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder
responsibility. For any exception noted above, indicate below to whom it applies, initiating agency,
and dates of action.
Notes: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion
thereof shall also constitute signature of this Certification.
22
w
E
0
NONLOBBYING CERTIFICATION
FOR FEDERAL -AID CONTRACTS
The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf
of the undersigned, to any person for influencing or attempting to influence an
officer or employee of any Federal agency, a Member of Congress, an officer
or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement,
the undersigned shall complete and submit Standard Form -LLL, "Disclosure
of Lobbying Activities," in conformance with its instructions.
This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code.
Any person who fails to file the required certification shall be subject to a civil penalty of not
less than $10,000 and not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or
she shall require that the language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such subrecipients shall certify and
disclose accordingly.
23
I}
0
0
DISCLOSURE OF LOBBYING ACTIVITIES
COMPLETE THIS FUHM lU UISGLU5t LUt3ti YIN(9 AGI IVII IES NUHSUAN I I U,51 V.S.U. 13
1. Type of Federal 2. Status of Federal 3. Report Type:
Action:
❑ a.
contract
b.
grant
c,
cooperative agreement
d.
loan
e.
loan guarantee
I.
loan insurance
Action:
❑.a. bid/offer /aoDlication
b. initial award
c. post -award
NOT APPLICABLE
4. Name and Address of Reporting Entity
nPrime n Subawardee
Tier , if known
Congressional District, if known
6. Federal Department/Agency:
8. Federal Action Number, if known:
10. a. Name and Address of Lobby Entity
(If individual, last name, first name, MI)
(attach Continuation Sheet(s) if necessary)
11. Amount of Payment (check all that apply)
$ [-] Actual 0 planned
12. Form of Payment (check all that apply):
ea. cash
b. in -kind; specify: nature _
Value
❑ a. initial
b. material change
For Material Change Only:
year _ quarter
date of last report
5. If Reporting Entity in No. 41s Subawardee,
Enter Name and Address of Prime:
Congressional District, if known
7. Federal Program Name/Description:
CFDA Number, if applicable
9. Award Amount, if known:
b. Individuals Performing Services (including
address if different from No. 10a)
(last name, first name, MI)
13. Type of Payment (check all that apply)
14. Brief Description of Services Performed or to be performed and Date(s) of Service, including
officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11:
(attach Continuation Sheet(s) if necessary)
15. Continuation Sheet(s) attached: Yes []No
16. Information requested through this form is authorized by
Title 31 U.S.C. Section 1352. This disclosure of lobbying Signature:
reliance was placed by the tier above when his transaction
was made or entered into. This disclosure is required print Nam
pursuant to 31 U.S.C. 1352. This information will be
N/A
24
a.
retainer
b.
one -time fee
c.
commission
d.
contingent fee
e
deferred
I.
other, specify
14. Brief Description of Services Performed or to be performed and Date(s) of Service, including
officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11:
(attach Continuation Sheet(s) if necessary)
15. Continuation Sheet(s) attached: Yes []No
16. Information requested through this form is authorized by
Title 31 U.S.C. Section 1352. This disclosure of lobbying Signature:
reliance was placed by the tier above when his transaction
was made or entered into. This disclosure is required print Nam
pursuant to 31 U.S.C. 1352. This information will be
N/A
24
disclosure shall be sul
$10,000 and not more
Federal Use Only:
0
to a civil penalty of not less than
$100,000 for each such failure. Telephone No.:
01
Date:
N/A
Authorized for Local Reproduction
Standard Form - LLL
25
0
0
INSTRUCTIONS FOR COMPLETION OF SF -LLL,
DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal
recipient, at the initiation or receipt of covered Federal action or a material change to previous filing
pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement
to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress an officer or employee of Congress or an employee of a Member of
Congress in connection with a covered Federal action. Attach a continuation sheet for additional
information if the space on the form is inadequate. Complete all items that apply for both the initial filing
and material change report. Refer to the implementing guidance published by the Office of Management
and Budget for additional information.
1. Identify the type of covered Federal action for which lobbying activity is and /or has been secured
to influence, the outcome of a covered Federal action.
2. Identify the status of the covered Federal action.
3. Identify the appropriate classification of this report. If this is a follow -up report caused by a
material change to the information previously reported, enter the year and quarter in which the
change occurred. Enter the date of the last, previously submitted report by this reporting entity for
this covered Federal action.
4. Enter the full name, address, city, state and zip code of the reporting entity. Include
Congressional District if known. Check the appropriate classification of the reporting entity that
designates if it is or expects to be a prime or subaward recipient. Identify the tier of the
subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not
limited to subcontracts, subgrants and contract awards under grants.
5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name,
address, city, state and zip code of the prime Federal recipient. Include Congressional District, if
known.
6. Enter the name of the Federal agency making the award or loan commitment. Include at least
one organization level below agency name, if known. For example, Department of Transportation,
United States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (item 1). If known,
enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative
agreements, loans and loan commitments.
8. Enter the most appropriate Federal identifying number available for the Federal action
identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number,
grant announcement number, the contract grant. or loan award number, the application /proposal
control number assigned by the Federal agency). Include prefixes, e.g., "RFP- DE -90- 001."
9. For a covered Federal action where there has been an award or loan commitment by the Federal
agency, enter the Federal amount of the award /loan commitments for the prime entity identified in
item 4 or 5.
10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the
reporting entity identified in item 4 to influenced the covered Federal action.
(b) Enter the full names of the individual(s) performing services and include full address if different
from 10 (a). Enter Last Name, First Name and Middle Initial (MI).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity
(item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or
will be made (planned). Check all boxes that apply. If this is a material change report, enter the
cumulative amount of payment made or planned to be made.
12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-
kind contribution, specify the nature and value of the in -kind payment.
13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed or will
be expected to perform and the date(s) of any services rendered. Include all preparatory and
26
•
0
related activity not just time spent in actual contact with Federal officials. Identify the Federal
officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that
were contacted.
15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, print his /her name title and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per response,
including time for reviewing instruction, searching existing data sources, gathering and maintaining the
data needed, and completing and reviewing the collection of information. Send comments regarding the
burden estimate or any other aspect of this collection of information, including suggestions for reducing
this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348- 0046),
Washington, D.C. 20503.
SF- LLL- Instructions Re, 06- 04- 90 .,ENDIF+
2%
i
LOCAL AGENCY BIDDER - DBE - INFORMATION
This information may be submitted with your bid proposal. If it is not, and you are the
apparent low bidder or the second or third low bidder, it must be submitted and received as
specified in Section 2 -1.02B of the Special Provisions. Failure to submit the required DBE
information will be grounds for finding the proposal nonresponsive.
CO.- RTE. -K.P.:
CONTRACT NO.:
BID AMOUNT: $
BID OPENING DATE:
BIDDER'S NAME:
DBE GOAL FROM CONTRACT:
DRF PRIME CONTRACTOR CFRTIFICATION
CONTRACT ITEM
O.
ITEM OF WORK AND DESCRIPTION
OR SERVICES TO B
SUBCONTRACTED OR MATERIALS
O BE PROVIDED
BE CERT. NO.
NAME OF DBE
(Must be certified on the date bid
are opened - include DBE addres
and phone number)
DOLLAR AMOUNT
BE'
I
i
IMPORTANT: Identify all DBE firms being claimed for credit,
regardless of tier. Copies of the DBE quotes are required. Names of
Total Claimed
$
the First Tier DBE Subcontractors and their respective item(s) of work
Participation
listed above shall be consistent, where applicable, with the names and
items of work in the "List of Subcontractors" submitted with your bid
%
pursuant to the Subcontractors Listing Law and Section 2 -1.01,
"General," of the Special Provisions.
0
1. DBE prime contractors shall enter their DBE certification number. DBE prime contract
shall indicate all work to be performed by DBEs including work performed by its own forces.
2. If 100% of item is not to be performed or furnished by DBE, describe exact portion of
to be performed or furnished by DBE.
0
Signature of Bidder
3. See Section 2 -1.02, 'Disadvantaged Business Enterprise," to determine the credit allowed Date (Area Code) Tel. No.
for DBE firms.
Person to Contact
29
0
0
DBE INFORMATION - GOOD FAITH EFFORTS
The City of Newport Beach established a Disadvantaged Business Enterprise (DBE) goal of 8.83%
for this project. The information provided herein shows that adequate good faith efforts were
made.
A. The names and dates of each publication in which a request for DBE participation for this project Has placed by
the bidder (please attach copies of advertisements or proofs of publication):
Publications Dates of Advertisement
B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and
methods used for following up initial solicitations to determine with certainty whether the DBEs were interested
(please attach copies of solicitations, telephone records, fax confirmations, etc.):
Names of DBEs Date of Inital Follow Up Methods
Solicited Solicitation and Dates
C. The items of work which the bidder made available to DBE firms, including, where appropriate, any breaking
down of the contract work items (including those items normally performed by the bidder with its own forces)
into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate
that sufficient work to facilitate DBE participation was made available to DBE firms.
Items of Work Breakdown of Items
30
D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the
DBEs, and the firms selected for that work (please attach copies of quotes from the firms involved):
Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs:
Names, addresses and phone numbers of firms selected for the work above:
E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical
assistance or information related to the plans, specifications and requirements for the work which was provided to
DBEs:
F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance
or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime
contractor or its affiliate.
G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using
DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page
download, etc.).
Name of Method/Date of Results
Agency /Organization Contact
H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary):
31
0
SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS
2 -1.01 GENERAL
The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and
Conditions," of the Standard Specifications and these special provisions for the requirements and
conditions which the bidder must observe in the preparation of the proposal form and the submission of
the bid.
In addition to the subcontractors required to be listed in conformance with Section 2- 1.054, "Required
Listing of Proposed Subcontractors," of the Standard Specifications, each proposal shall have listed
therein the portion of work that will be done by each subcontractor listed. A sheet for listing the
subcontractors is included in the Proposal.
The form of Bidder's Bond mentioned in the last paragraph in Section 2 -1.07, 'Proposal Guaranty," of the
Standard Specifications will be found following the signature page of the Proposal.
In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the
Proposal. Signing the Proposal shall also constitute signature of the Noncollusion Affidavit.
The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements
of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to
carry out these requirements is a material breach of this contract, which may result in the termination of
this contract or such other remedy as the recipient deems appropriate. Each subcontract signed by the
bidder must include this assurance.
2- 1.015 -- FEDERAL LOBBYING RESTRICTIONS. -- Section 1352, Title 1352, Title 31, United States
Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a
Federal -aid contract to pay for any person for influencing or attempting to influence a federal agency or
Congress in connection with the awarding of any federal -aid contract, the making of any federal grant or
loan, or the entering into of any cooperative agreement.
If any funds other than federal funds have been paid for the same purposes in connection with this
federal -aid contract, the recipient shall submit an executed certification and, if required, submit a
completed disclosure form as part of the bid documents.
A certification for federal -aid contracts regarding payment of funds to lobby Congress or a federal
agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with
instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal
shall constitute signature of the Certification.
The above referenced certification and disclosure of lobbying activities shall be included in each
subcontract and any lower -tier contracts exceeding $100,000. All disclosure forms, but not certifications,
shall be forwarded from tier to tier until received by the Engineer.
The Contractor, subcontractors and any lower -tier contractors shall file a disclosure form at the end of
each calendar quarter in which there occurs any event that requires disclosure or that materially affects
the accuracy of
the information contained in any disclosure form previously filed by the Contractor, subcontractors and
any lower -tier contractors. An event that materially affects the accuracy of the information reported
includes:
(1) A cumulative increase if $25,000 or more in the amount paid or expected to be paid for
influencing or attempting to influence a covered federal action; or
(2) A change in the person(s) or individual(s) influencing or attempting to influence a covered
federal action;
or
32
0
(3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to
influence a covered Federal Action.
2 -1.02 DISADVANTAGED BUSINESS ENTERPRISE (DBE).-- This contract is subject to Part 26,
Title 49, Code of Federal Regulations entitled "Participation By Minority Business Enterprise In
Department of Transportation Programs." The Regulations in their entirety are incorporated herein by
this reference.
Bidders shall be fully informed respecting the requirements of the Regulations and the Department's
Disadvantaged business (DBE) program developed pursuant to the Regulations; particular attention is
directed to the following matters:
A. A DBE must be a small business concern as defined pursuant to Section 3 of U.S. Small
Business Act and relevant regulations promulgated pursuant thereto;
B. A DBE may participate as a prime contractor, subcontractor, joint venture partner with a prime or
subcontractor, vendor of material or supplies, or as a trucking company;
C. A DBE bidder, not bidding as a joint venture with a non -DBE, will be required to document one
or a combination of the following:
1. The bidder will meet the goal by performing work with its own forces.
2. The bidder will meet the goal through work performed by DBE subcontractors, suppliers or
trucking companies.
3. The bidder, prior to bidding, made adequate good faith efforts to meet the goal.
D. A DBE joint venture partner must be responsible for specific contract items of work, or portions
thereof. Responsibility means actually performing, managing and supervising the work with its
own forces. The DBE joint venture partner must share in the capital contribution, control,
management, risks and profits of the joint venture. The DBE joint venturer must submit the joint
venture agreement with the proposal or the DBE Information form required in the Section
entitled "Submission of DBE Information" of these special provisions;
E. A DBE must perform a commercially useful function, i.e., must be responsible for the execution
of a distinct element of the work and must carry out its responsibility by actually performing,
managing and supervising the work;
F. DBEs must be certified by either the California Department of Transportation, or by a
participating agency which certifies in conformance with Title 49, Code of Federal Regulations,
Part 26, as of the date of bid opening. It is the Contractor's responsibility to verify that DBEs are
certified. Listings of certified DBEs are available from the following sources:
1. The Department's DBE Directory, which is published quarterly. This Directory maybe
obtained from the Department of Transportation, Materiel Operations Branch, Publication
Distribution Unit,1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916)
445 -3520;
2. The Department's Electronic Information Bulletin Board Service, which is accessible by
modem and is updated weekly. The Bulletin Board may be accessed by first contacting the
Department's Business Enterprise Program at Telephone: (916) 227 -8937 and obtaining a
user identification and password;
3. The Department's web site at www .dot.ca.gov /hq/bep /index.htrn;
G. Credit for materials or supplies purchased from DBEs will be as follows:
33
1. If the materials or supplies are obtained from a DBE manufacturer, 100 percent of the cost of
the materials or supplies will count toward the DBE goal. A DBE manufacturer is a firm that
operates or maintains a factory or establishment that produces, on the premises, the
materials, supplies, articles, or equipment required under the contract and of the general
character described by the specifications.
2. If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost
of the materials or supplies will count toward the DBE goal. A DBE regular dealer is a firm
that owns, operates, or maintains a store, warehouse, or other establishment in which the
materials, supplies, articles or equipment of the general character described by the
specifications and required under the contract are bought, kept in stock, and regularly sold or
leased to the public in the usual course of business. To be a DBE regular dealer, the firm
must be an established, regular business that engages, as its principal business and under its
own name, in the purchase and sale or lease of the products in question. A person may be a
DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or
asphalt without owning, operating, or maintaining a place of business as provided in this
paragraph G.2. if the person both owns and operates distribution equipment for the products.
Any supplementing of regular dealers' own distribution equipment shall be by a long -term
lease agreement and not on an ad hoc or contract -by- contract basis. Packagers, brokers,
manufacturers'representatives, or other persons who arrange or expedite transactions are not
DBE regular dealers within the meaning of this paragraph G.2.
3. Credit for materials or supplies purchased from a DBE which is neither a manufacturer nor a
regular dealer will be limited to the entire amount of fees or commissions charged for
assistance in the procurement of the materials and supplies, or fees or transportation charges
for the delivery of materials or supplies required on a job site, provided the fees are
reasonable and not excessive as compared with fees charged for similar services.
H. Credit for DBE trucking companies will be as follows:
1. The DBE must be responsible for the management and supervision of the entire trucking
operation for which it is responsible on a particular contract, and there cannot be a contrived
arrangement for the purpose of meeting the DBE goal;
2. The DBE must itself own and operate at least one fully licensed, insured, and operational
truck used on the contract;
3. The DBE receives credit for the total value of the transportation services it provides on the
contract using trucks its owns, insures, and operates using drivers it employs;
4. The DBE may lease trucks from another DBE firm, including an owner - operator who is
certified as a DBE. The DBE who leases trucks from another DBE receives credit for the
total value of the transportation services the lessee DBE provides on the contract;
5. The DBE may also lease trucks from a non -DBE firm, including an owner - operator. The
DBE who leases trucks from a non -DBE is entitled to credit only for the fee or commission it
receives as a result of the lease arrangement. The DBE does not receive credit for the total
value of the transportation services provided by the lessee, since these services are not
provided by a DBE;
6. For the purposes of this paragraph H, a lease must indicate that the DBE has exclusive use of
and control over the truck. This does not preclude the leased truck from working for others
during the term of the lease with the consent of the DBE, so long as the lease gives the DBE
absolute priority for use of the leased truck. Leased trucks must display the name and
identification number of the DBE.
34
•
0
1. Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of
this contract and may result in termination of the contract or other appropriate remedy for a
breach of this contract;
J. Bidders are encouraged to use services offered by financial institutions owned and controlled by
DBEs.
2 -1.02A DBE GOAL FOR THIS CONTRACT
The City has established the following goal for Disadvantaged Business Enterprise (DBE) participation
for this contract:
Disadvantaged Business Enterprise (DBE): 8.83 percent
Caltrans has engaged the services of a contractor to provide supportive services to contractors and
subcontractors to assist in obtaining DBE participation on federally funded construction projects. Bidders
and potential subcontractors should check the Caltrans website at www.dot.ca.gov /hgibep to verify the
current availability of this service.
2 -1.02B SUBMISSION OF DBE INFORMATION
The required DBE information shall be submitted on the "LOCAL AGENCY BIDDER - DBE
INFORMATION" form included in the Proposal. If the DBE information is not submitted with the bid,
the DBE Information form shall be removed from the documents prior to submitting the bid.
It is the bidder's responsibility to make enough work available to DBEs and to select those portions of the
work or material needs consistent with the available DBEs to meet the goal for DBE participation or to
Provide information to establish that, prior to bidding, the bidder made adequate good faith efforts to do
so.
If DBE information is not submitted with the bid, the apparent successful bidder (low bidder), the second
low bidder and the third low bidder shall submit DBE information to the City of Newport Beach Public
Works Department, 3300 Newport Boulevard, Newport Beach, California 92658 -8915, so the
information is received by the City of Newport Beach no later than 4:00 p.m. on the fourth day, not
including Saturdays, Sundays and legal holidays, following bid opening. DBE information sent by U.S.
Postal Service certified mail with return receipt and certificate of mailing and mailed on or before the
third day, not including Saturdays, Sundays and legal holidays, following bid opening will be accepted
even if it is received after the fourth day following bid opening. Failure to submit the required DBE
information by the time specified will be grounds for finding the bid or proposal nonresponsive. Other
bidders need not submit DBE information unless requested to do so by the City of Newport Beach.
The bidder's DBE information shall establish that good faith efforts to meet the DBE goal have been
made. To establish good faith efforts, the bidder shall demonstrate that the goal will be met or that, prior
to bidding, adequate good faith efforts to meet the goal were made
Bidders are cautioned that even though their submittal indicates they will meet the stated DBE goal, their
submittal should also include their adequate good faith efforts information along with their DBE goal
information to protect their eligibility for award of the contract in the event the City, in its review, finds
that the goal has not been met.
35
i 0
The bidder's DBE information shall include the names, addresses and phone numbers of DBE firms that
will participate, with a complete description of work or supplies to be provided by each, the dollar value
of each DBE transaction, and a written confirmation from the DBE that it is participating in the contract.
A copy of the DBE's quote will serve as written confirmation that the DBE is participating in the
contract. When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a
description of the exact portion of that work to be performed or furnished by that DBE shall be included
in the DBE information, including the planned location of that work. The work that a DBE prime
contractor has committed to performing with its own forces as well as the work that it has committed to
be performed by DBE subcontractors, suppliers and trucking companies will count toward the goal.
The information necessary to establish the bidder's adequate good faith efforts to meet the DBE goal
should include:
A. The names and dates of each publication in which a request for DBE participation for this project
was placed by the bidder.
B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and
the dates and methods used for following up initial solicitations to determine with certainty
whether the DBEs were interested.
C. The items of work which the bidder made available to DBE firms, including, where appropriate,
any breaking down of the contract work items (including those items normally performed by the
bidder with its own forces) into economically feasible units to facilitate DBE participation. It is
the bidder's responsibility to demonstrate that sufficient work to meet the DBE goal was made
available to DBE firms.
D. The names, addresses and phone numbers of rejected DBE firms, the firms selected for that
work, and the reasons for the bidder's choice.
E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any
technical assistance or information related to the plans, specifications and requirements for the
work which was provided to DBEs.
F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or
related assistance or services, excluding supplies and equipment the DBE subcontractor
purchases or leases from the prime contractor or its affiliate.
G. The names of agencies contacted to provide assistance in contacting, recruiting and using DBE
firms.
H. Any additional data to support a demonstration of good faith efforts.
36
Local Assistance Procedures Qual
•
EXHIBIT 12 -E
PS &E Checklist Instructions
Attachment J
5-L SUBCONTRACTOR AND DBE RECORDS. -- The Contractor shall maintain records of all
subcontracts. The records shall show those subcontracts entered into with certified DBE subcontractors and
records of materials purchased from certified DBE suppliers. Such records shall show the name and business
address of each DBE subcontractor or vendor and the total dollar amount actually paid each DBE subcontractor
or vendor.
Upon completion of the contract, a summary of these records shall be prepared on "Final Report — Utilization of
Disadvantaged Business Enterprises - (DBE), First -Tier Subcontractors" (Exhibit 17 -F /Form CEM -2402) and
certified correct by the Contractor or his authorized representative, and shall be furnished to the Engineer.
Page 12 -99
LPP 01 -04 33 March 15, 2001
o�
r
u
T_
W c
U
Lcl
N
m
C.
t
w
0
z
a
U
N
F-
a
F-
N
z
_0
U
cc
Q.
W
U
W
m
0
0
W
O
4a
om
w
zZ
aw
0 m
zW
wz
Q
am -.
0 0 3
aW-
z� m
D F z
"ZLL
Sao
o'c
r a w
m�
0 •
34
�o
r
ry
_i
0
0
a
120 °
i
i
avtw9
'U44=
I
G N
I2 W `m
I
{
w
U
Il
i
i
Y
�
3c
�p w
4LL
ar
rc
zw
]U
O
4
<H
to
fA
ER
w
to
(A
G.
(A
C
W
0
Z
V
6
U
LL
F
Q
V
w
0
z
a
N
N
W
Z
T J
0
0
'n
j
L
u
0
L
tp
uz
4 v.
w
5zc
e
u0<
�V¢U;
v2Z
I
mZN
_ � m
J
m
a �
N
L
i
a
i
"a
'u
d
�zw
;0t
34
�o
r
ry
_i
0
0
a
EXHIBIT 17 -0 0 LeAssistance Procedures Manual
Disadvantaged Business Enterprises (DBE) Certification Status Change
Form CP -CEM 2403(F) (New 10/99)
DISADVANTAGED BUSINESS ENTERPRISES (DBE) CHANGE IN CERTIFICATION STATUS REPORT
The top of the form requires specific information regarding the construction project: Contract Number, County,
Route, Post Miles/ Post Kilometers, the Administering Agency, the Contract Completion Date and the Estimated
Contract Amount. It requires the Prime Contractor name and Business Address. The focus of the form is to
substantiate and verify the actual DBE dollar amount paid to contractors on Federally funded projects that had a
change in Certification status during the course of the completion of the contract. The two situations that are
being addressed by CP -CEM 2403(F) are if a firm certified as a DBE and doing work on the contract during the
course of the project becomes Decertified, and if a non -DBE firm doing work on the contract during the course
of the project becomes Certified as a DBE.
The form has a column to enter the Contract Item No (or Item No's) as well as a column for the Subcontractor
Name, Business Address, Business Phone, and contractor's Certification Number.
The column entitled Amount Paid While Certified will be used to enter the actual dollar value of the work
performed by those contractors who meet the conditions as outlined above during the time period they are
Certified as a DBE. This column on the CP -CEM -2403 (F) should only reflect the dollar value of work
performed while the firm was Certified as a DBE.
The column called Certification/Decertification Date (Letter attached) will reflect either the date of the
Decertification Letter sent out by the Civil Rights Program or the date of the Certification Certificate mailed out
by the Civil Rights Program. There is a box to check that support documentation is attached to the CP -CEM-
2403(F) form.
There is a Comments section for any additional information that may need to be provided regarding any of the
above transactions.
The CEM -2403 (F) has an area at the bottom where the Contractor and the Resident Engineer sign and date that
the information provided is complete and correct.
Page 17 -44
March 15, 2001 35 LPP 01 -04
Local Assistance Procedures Sual
PS &E Checklist Instructions
• EXHIBIT 12 -E
.Attachment K
5-1._ PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS
The DBEs listed by the Contractor in response to the requirements in the section of these special provisions
entitled "Submission of DBE Information, Award, And Execution Of Contract," which are determined by the
Department to be certified DBEs, shall perform the work and supply the materials for which- they are listed unless
the Contractor has received prior written authorization to perform the work with other forces or to obtain the
materials from other sources.
Authorization to utilize other forces or sources of materials may be requested for the following reasons:
(1) The listed DBE, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract,
when such written contract, based upon the general terms, conditions, plans and specifications for the project, or on the
terms of such subcontractor's or supplier's written bid, is presented by the Contractor.
(2) The listed DBE becomes bankrupt or insolvent.
(3) The listed DBE fails or refuses to perform his subcontract or furnish the listed materials.
(4) The Contractor stipulated that a bond was a condition of executing a subcontract and the listed DBE
subcontractor fails or refuses to meet the bond requirements of the Contractor.
(5) The work performed by the listed subcontractor is substantially unsatisfactory and is not in substantial
accordance with the plans and specifications, or the subcontractor is substantially delaying or disrupting the progress of
the work.
(6) It would be in the best interest of the State.
The Contractor shall not be entitled to any payment for such work or material unless it is performed or supplied
by the listed DBE or by other forces (including those of the Contractor) pursuant to prior written authorization of
the Engineer.
Page 12 -101
LPP 0 1 -04 36 March 15, 2001
Local Assistance ProcedureAual • EXHIBIT 12 -E
PS &E Checklist Instructions Attachment NI
5-1.— BUY AMERICA REQUIREMENTS. -- Attention is directed to the `Buy America" requirements of the
Surface Transportation Assistance Act of 1982 (Section 165) and the Intermodal Surface Transportation
Efficiency Act of 1991 (ISTEA) Sections i041(a) and 1048(a), and the regulations adopted pursuant thereto. In
accordance with said law and regulations, all manufacturing processes for steel and iron materials furnished for
incorporation into the work on this project shall occur in the United States; with the exception that pig iron and
processed, pelletized and reduced iron ore manufactured outside of the United States may be used in the domestic
manufacturing process for such steel and iron materials. The application of coatings, such as epoxy coating,
galvanizing, painting, and any other coating that protects or enhances the value of such steel or iron materials
shall be considered a manufacturing process subject to the "Buy America" requirements.
A Certificate of Compliance, conforming to the provisions in Section 6 -1.07, "Certificates of Compliance," of the
Standard Specifications, shall be furnished for steel and iron materials. The certificates, in addition to certifying
that the materials comply with the specifications, shall also specifically certify that all manufacturing processes
for the materials occurred in the United States, except for the exceptions allowed herein.
The requirements imposed by said law and regulations do not prevent a minimal use of foreign steel and iron
materials if the total combined cost of such materials used does not exceed one -tenth of one percent (0.1 %) of the
total contract cost or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable
documentation of the quantity and value of any foreign steel and iron prior to incorporating such materials into
the work.
Page 12 -105
LPP 01 -04 37 March 15, 2001
0 0
LOCAL AGENCY BIDDER - DBE- INFORMATION
This information may be submitted with your bid proposal. If it is not, and you arc the apparent low bidder or the
second or third low bidder, it must be submitted and received as specified in Section 2 -1.0213 of the Special Provisions.
Failure to submit the required DBE information will be grounds for finding the proposal nonresponsive.
CO: RTE. -K.Pr
CONTRACT NO.: 3373
BIDAMOUNT:$ 1,761.7 365.00
BID OPENING DATE: Derpmher 3, 2007
BIDDER'S NAME. Sully - Miller Contracting Company
DBE GOAL FROM CONTRACT: 8.83%
DBE PRIME CONTRACTOR CERTIFICATION':
CONTRACT
ITEM OF WORK AND
DBE CERT. NO.
NAME OF DBEs
DOLLAR AMOUNT
ITEM NO.
DFSCRIPrION OR SERVICES TO
(Must be certified on the dale
DBE'
BE SUBCONTRACTED OR
bids are opened - include DBE
MATERIALS TO BE PROVIDED'
address and phone number)
41 -43
Sewer Manholes
CT- 024273
Ramirez Construct.
$ 31,375.00
Covina, CA
626- 967 -5790
44
Traffic Loops
CT- 012886
Traffic Loops Crac
$ 7,600.00
Anaheim, CA
714 -520 -4026
11 -13
Structures
Cert. #31286
LNA Concrete
$ 58,350.00
Chino Hills, CA
909 - 393 -1493
15 -17, 47
Irrigation
CT- 002534
Phoenix Landscape
$ 37,400.00
Anaheim, CA
714 -572 -1410
2
Traffic Control
Cert. #4850
Traffic Control End.
$ 14,500.00
Fullerton, CA
714- 447 -6077
(CONTINUED)
IMPORTANT: Identify all DBE firms being claimed for credit,
Total Claimed
$ cont'd
regardless of tier. Copies of the DBE quotes are required.
Names of the First Tier DBE Subcontractors and their respective
Participation
cont'd %
item(s) of work listed above shall be consistent, where applicable,
with the names and items of work in the "List of
Subcontractors" submitted with your bid pursuant to the
Subcontractors Listing Law and Section 2 -1.01, "General," of
the Special Provisions.
I. DBE prime contractors shall enter their DBE certification numtx . DBE prime
_
contractors shall indicate all work to be performed by DBEs including work performed
Signature of Bidder
by its own forces.
2. If 100% of item is not to be performed or furnished by DBE, describe exact portion
Date (Area Code) Tel. No.
of item to be performed or furnished by DBE.
3. See Section 2 -1.02. "Disadvantaged Business Enterprise." to cicicmune the credit
Person to Contact (please Type or Print)
allowed for DBE firms.
CT Bidder - DBE lnlomutron IReY yr ea -riI
DBE -7
0 0
LOCAL AGENCY BIDDER - DBE - INFORMATION
This information may be submitted with your bid proposal. If it is not, and you are the apparent low bidder or the
second or third low bidder, it must be submitted and received as specified in Section 2-1.0213 of the Special Provisions.
Failure to submit the rec uired DBE information will be grounds for finding the proposal nonresponsive.
CO: RTE: K.P.:
CONTRACT NO.: 3373
BID AMOUNT: $ 1.767 365.00 _
BID OPENING DATE: December 3 7007
BFDDER'SNAME: Sully - Miller Contracting Co_ m,_pany
DBE GOAL FROM CONTRACT: 8. 815
DBE PRIME CONTRACTOR CERTIFICATION l:
CONTRACT
ITEM OF WORK AND
DBE CERT. NO.
NAME OF DBEs
DOLLAR AMOUNT
ITEM NO.
DESCRIPTION OR SERVICES TO
(dust be certified on the dale
DBE'
BE SUBCONTRACTED OR
bids are opened - include DBE
MATERIALS TO BE PROVIDED'
address and phone number)
Trucking
Cert. #CCA -615
C.P.R. Trucking
$ 20,100.00
Sylmar, CA
818- 837 -8333
IMPORTANT: Identify all DBE firms being claimed for credit,
Total Claimed
$ 159, 425 .00
regardless of tier. Copies of the DBE quotes are required.
Participation
Names of the First Tier DBE Subcontractors and their respective
9 %
item(s) of work listed above shall be consistent, where applicable,
with the names and items of work in the "List of
Subcontractors" submitted with your bid pursuant to the
Subcontractors Listing Law and Section 2 -1 -01, "General," of
the Special Provisions.
1. DBE prime contractors shall enter their DBE certification number. DBE prime
contractors shall indicate all work to be performed by DBEs including work perfomxd
Signature of Bidder Ron Sa Icido, V ice -Presi
by its own forces -
12-3-02 714 - 578 -9600
2. B 100% of item is not to be performed or furnished by DBE, describe exact portion
Date (Area Code) Tel No.
of item to he performed or Furnished by DBE.
Victor Hernandez _
3. See Section 2 -1 02, "Disadvamaged Business Enterprise," to detemoine the credit
Person to Course (Please Type or Print)
allowed for DBE firms
CT Bidder - DBE Iutormanon trcev,n -ta -ri)
DBE -7
ien
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with bonding, insuring and legal agents
prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract documents and delivered to the Public Works Department within
ten (10) working days after the date shown on the Notification of Award to the successful
bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
CONTRACT
THIS AGREEMENT, entered into this day of , 2002, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and Sully Miller Contracting, hereinafter
"Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY & STORM DRAIN
REHABILITATION
Project Description
3373
Contract No.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3373, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents ").
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City, which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
57
0 0
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of one million, seven hundred sixty -seven
thousand, three hundred sixty-five and 00/100 Dollars ($1,767,365.00)
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY CONTRACTOR
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Fong Tse
(949) 644 -3340
Sully Miller Contracting
1100 E. Orangethorpe Ave.
Suite 200
Anaheim, CA 92801
714- 578 -9600
714- 578 -9672 (Fax)
F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract,
hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with original certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
32
0 0
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor 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 Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0002 0287
covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
59
i
4. Other Insurance Provisions
0
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, agents, officials, employees and volunteers are to be
covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of Contractor, including the insured's general
supervision of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned,
leased, hired or borrowed by Contractor. The coverage shall contain no
special limitations on the scope of protection afforded to City, its officers,
officials, employees or volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, agents, officials, employees and
volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
agents, officials, employees and volunteers for losses arising from work
performed by Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice
by certified mail, return receipt requested, has been given to City.
All of the executed documents referenced in this contract must be returned within
ten (10) working days after the date on the "Notification of Award," so that the City
may review and approve all insurance and bonds documentation.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
rut
a •
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to direct the Contractor to stop work under this Agreement
and /or withhold any payment(s), which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
61
0
0
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and vear first written above.
CITY CLERK
AP7R VED AS TO FORM:
i
CITY A RNEY
CITY OF NEWPORT BEACH
A Municipal Corporation
ii
in
Mayor
SULLY MILLER Q0,NTRACTING
By: — &
Aut orized gignature and Title
RON SALCIDO, VICE PRESIDENT
62
0
0
CERTIFICATE OF INCUMBENCY AND RESOLUTION
I, Ron Salcido, do hereby certify that I am a Vice President of Sully- Miller Contracting
Company, a Delaware corporation, and that as such I have access to and custody of the
corporate records and minute books of said corporation,
And I do hereby further certify that the following persons are duly elected officers of said
corporation.
TITLE
Chairman of the Board
President & CEO
Chief Financial Officer & Treasure
Vice President
Vice President
Vice President
Secretary
Assistant Secretary
Assistant Secretary
Assistant Secretary
Assistant Secretary
NAME
Louis Gabanna
R. Bruce Rieser
Tim P. Orchard
Ron Salcido
Mitchell P. Vigna
Peter Pouwels
Stewart M. Fuhrmann
George Aldrich
Mary Lawson
Mike Edwards
James Wu
I further certify that the following is a true and correct copy of a resolution duly adopted
by the Board of Directors of said Company at a meeting held on December 22, 2000, and
that this resolution has not been in any way rescinded, annulled or revoked but the same
is still in full force and effect:
"(AUTHORITY TO EXECUTIVE BIDS AND CONTRACTS)
Resolved, that any officer of assistant officer of the Company be and
each of them is hereby authorized to execute in the name and on the
behalf of this Company under its corporate seal any and all proposals
for the sale of products, merchandise and services of this Company
and any bids and performance bonds required in the connection there-
with, to the United States and of the State, territories and dependencies
of the United States, the District of Columbia, cities, towns, townships,
counties, school districts, and to the department, political subdivisions,
agencies or wholly -owned corporation thereof, or to any other person."
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal
this 28`h day of March 2002.
(SEAL) �u .
Ron Salcido, Vice President
1100 E. Orangethorpe Ave Ste 200
Anaheim, Ca. 92801
(714) 578 -9600
Ll
State of California )
ss.
County of Orange )
On 12/10/02 before me, DIANE INGRAM - NOTARY PUBLIC
(Name and title "Notary Public "),
�1
personally appeared RON SALCIDO
name of signer, (X) personally known to me(or proved to me on the basis of satisfactory
evidence) to be the person whose name is subscribed to the within instrument and
acknowledged to me that he executed the same in his authorized capacity, and that by his
signature on the instrument the person, or the entity upon behalf of which the person
acted, executed the instrument.
WITNESS my hand and official seal.
(Signature of Notary) (Seal of Notary)
mar:
•
OPTIONAL
Description of Attached Document
Title of Type of Document ENTIRE CONTRACT AND BONDS C/O NEWPORT BCH
Document Date: Number of Pages:
Signer Other Than Named Above • None
Capacity Claimed by Signer
Signer's Name • RON SALCIDO
Individual
X Corporate Officer- Title: VICE PRESIDENT
❑ Partner - ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
G Guardian or Conservator
❑ Other:
Signer is Representing: SULLY - MILLER CONTRACTING COMPANY
9
Certificate of Insurance
IPIKCEIt1111(\rl ISISSIIDAIA'vIA I IFli 0I IN I ORWAONIY.AA)00N IIRI TP Mid II StI'0`s Y0L TI I EEE
, . .. A:TLOYIIYIU. II)EL IHI(IIH)Ir_V1 l5V0I
IAti;RA]CIP I� .VC
This is to Certify that 1,
SULLY- MILLER CONTRACTING COMPANY Name and _ Liberty
1100 E. ORANGETHORPE AVE., STE 200 �— address of Mutual,.,
ANAHEIM, CA 92801 Insured.
L_ I
Is, at he issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms,
exclusions and Conditions and is not altered by any requirement, term or condition of any wntract or other document with respect to which this cedificate maybe issued.
- If the certificate expiration date Is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date.
SPECIAL NOTICE-OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS
AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD.
IMPORTANT NOTICE TO FLORIDA POLICYHOLDERS AND CERTIFICATE HOLDERS: IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED INFORMATION
ABOUT THIS CERTIFICATE FOR ANY REASON, PLEASE CONTACT YOUR LOCAL SALES PRODUCER WHOSE NAME AND TELEPHONE NUMBER APPEARS IN THE LlbertY Nlutual Group
LOWER RIGHT HAND CORNER OF THIS CERTIFICATE. THE APPROPRIATE LOCAL SALES OFFICE MAILING ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS
NUMB =R.
NOTICE OF CANCELLATION. (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW .I BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL
NCT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POL'CIES UNTIL AT LEAST 30 OAY$ioi,ce of such termnahon or reduz, on has been
mailed to -
324
THE CITY OF NEWPORT BEACH A -2
cazn_xaTE 3300 NEWPORT BLVD.
ary A. Taylo
NEWPORT BEACH, CA. 92663 AUTHORIZED REPRESENTATIVE
East Hanover, NJ (973) 887 -7400 12 -12 -02
OFFICE PHONE NUMBER DATEISSUED
Phis certificate is executed by LIBERTY MU'TGAL GROUP as respects such insurance as is afforded by Those Companies B5 772E R2
EXP. DATE
ElCONTINUOUS i
TYPE OF POLICY
❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY
POLICY TERM
WORKERS
COVERAGE AFFORDED UNDER WC I EMPLOYERS LIABILITY
j COMPENSATION
LAW OF THE FOLLOWING STATES' Bodily Injury By Accident
411/2003 WC2- 631 - 004125 -652 CALIFORNIA $ 1,000,000 Each
!Bodily Injury By Disease
Pali $ 1,000,000 Policy
(Bodily Injury By Disease
i
$ 1,000,000 Each
Person I
GENERAL LIABILITY
General Aggregate - Other than Products /Completed Operations I
I
$ 3,000,000
® OCCURRENCE
4/1/2003 RG2- 631. 004125 -662 j Products/Completed Operations Aggregate
$ 3,000,000
CLAIMS MADE
Bodily Injury and Property Damage Liability
Per
$ 2,000,000 Occurrence
i Personal Injury
Per Person/
IRETRO DATE I INCLUDED ABOVE Organization
Other Other
(AUTOMOBILE LIABILITY
Each Accident - Single Limit
$ 2,000,000
B.I. and P.D. Combined
® OWNED
4/1/2003 AS2- 631 - 004125 -672 Each Person
® NON -OWNED
Each Accident or Occurrencg
® HIRED
Each Accident or Occurrence
i
OTHER
i
I I
ADDITIONAL COMMENTS
THE CITY OF NEWPORT BEACH, IT'S OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS ARE HEREBY NAMED ADDITIONAL INSURED AS
RELATED TO THE PROJECT "NEWPORT BLVD /BALBOA BLVD. ROADWAY & STORM DRAIN REHABILITATION" AS REQUIRED BY CONTRACT.
INSURANCE IS PRIMARY AND INCLUDES A WAIVER OF SUBROGATION IN FAVOR OF THE ADDITIONAL INSURED. SEE CANCELLATION
BELOW. S/M JOB # 22264C.
- If the certificate expiration date Is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date.
SPECIAL NOTICE-OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS
AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD.
IMPORTANT NOTICE TO FLORIDA POLICYHOLDERS AND CERTIFICATE HOLDERS: IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED INFORMATION
ABOUT THIS CERTIFICATE FOR ANY REASON, PLEASE CONTACT YOUR LOCAL SALES PRODUCER WHOSE NAME AND TELEPHONE NUMBER APPEARS IN THE LlbertY Nlutual Group
LOWER RIGHT HAND CORNER OF THIS CERTIFICATE. THE APPROPRIATE LOCAL SALES OFFICE MAILING ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS
NUMB =R.
NOTICE OF CANCELLATION. (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW .I BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL
NCT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POL'CIES UNTIL AT LEAST 30 OAY$ioi,ce of such termnahon or reduz, on has been
mailed to -
324
THE CITY OF NEWPORT BEACH A -2
cazn_xaTE 3300 NEWPORT BLVD.
ary A. Taylo
NEWPORT BEACH, CA. 92663 AUTHORIZED REPRESENTATIVE
East Hanover, NJ (973) 887 -7400 12 -12 -02
OFFICE PHONE NUMBER DATEISSUED
Phis certificate is executed by LIBERTY MU'TGAL GROUP as respects such insurance as is afforded by Those Companies B5 772E R2
Name of Person or Organization
(Additional Insured):
ADDITIONAL INSURED
SCHEDULE
THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND
VOLUNTEERS
Location of Covered Operations
(Designated Project):
NEWPORT BLVD / BALBOA BLVD
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown
in the Schedule, but only with respect to Liability arising out of you ongoing operations or " your work"
for that insured performed by or for you.
The insurance afforded by this policy for the benefit of the additional insured shown above shall be
primary but only with respect to any claims, loss or liability arising out of the operations of the named
insured. Any insurance maintained by the additional insured shall be non contributory.
It is further understood and agreed that the insurance afforded applies separately to each insured against
whom claim is made or suit is brought.
This endorsement is executed by the company below designated by an entry in the box opposite its name
LIBERTY MUTUAL INSURANCE COMPANY
PIemium $ �' LIBERTY MUTUAL FIRE INSURANCE COMPANY
LIBERTY INSURANCE CORPORATION
Effective Date 4/1/2002 Expiration Date 4/1/20023 LMNSLRANCECORPORATION
719E FIRST LIBERTY [INSURANCE C0RPORATi0A
For attachment to Policy or Bond No. RG2- 631- 004125 -662
AS2- 631 - 004125 -672
Issued to SULLY - MILLER CONTRACTING CO. - ------:j-----------r---
AuBioriz4Representative
E
0
WAIVER OF SUBROGATION ENDORSEMENT
It is agreed that the company waives any right of subrogation if and when
required by the insured's contract and in those states where permitted by law.
Issued for the City of Newport Beach, its officers, agents, officials
And Volunteers
This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY
For attachment to Policy No. WC2- 631 - 004125 -652 Workers Compensation
Effective date: 4/1/2002 Expiration date: 4/1/2003
Issued to: SULLY - MILLER CONTRACTING CO.
authorized representative
DEC 16 -2002 MON 02:36 PM CAL SURANCE FAX NO, 7149391654
q C� 0 0
Fax #: !y!-�V11 -3314
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach..
Date Received: lZ-/IO ' Z Dept. /Contac,t)I Received From: '54a
Date Completed: /2- /%�a2— Sent to: Vl By:
Company /Person required to have certificate: ►it, , &ejr n
I. GENERAL LIABILITY
A. INSURANCE COMPANY:
B. AM BEST RATING (A: VII
P. 01
C.
ADMITTED Company (Must be California Admitted):
No
Is Company admitted in California?
es
❑
D.
6
LIMITS (Must be $1M or greater): What is limit provided?
aM0.00D .r ayr
8m�°
E.
PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included?
[ es
F.
ADD ITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included?
No
G.
PRIMARY & NON - CONTRIBUTORY WORDING (Must be included):
Is it included?
Cik<es
❑ No
H.
CAUTION! (Confirm that loss or liability of the named insured is not
limited solely by their negligence) Does endorsement include "solely by
^/
negligence" wording?
❑ Yes
RNO
I.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
II. AUTOMOBILE LIABILITY
A. INSURANCE COMPANY: Lrtier,
n
B. AM BEST RATING (A: VII or greater): a f. X V
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in Calffomia? Yes ❑ No
D. LIMITS (Must be S1M min. BI & PD and $500,000 UM): What is limits provided? o O O L> j
E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included? Yes ❑ No
F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only):
Is it included? xYes ❑ No
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
WORKERS'COMPENSATION
A. INSURANCE COMPANY:
B. AM BEST RATING (A: VII
C. LIMITS: Statutory
D. WAIVER OF SUBROGATION (To include):
HAVE ALL ABOVE REQUIREMENTS BEEN MET7
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Is it included?
s .
Yes
❑ No
❑ No
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
NEWPORT BOULEVARD / BALBOA BOULEVARD
ROADWAY & STORM DRAIN REHABILITATION
CONTRACT NO. 3373
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to Bidders, has examined the Plans and Special Provisions, and
hereby proposes to furnish all materials except that material supplied by the City and
shall perform all work required to complete Contract No. 3373 in accordance with the
Plans and Special Provisions, and will take in full payment therefore the following unit
prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
@
9 nl -6" Doll rs
and
n Cents
Per Lump Sum
2. Lump Sum Traffic Control
@
4-40 5 Dollars
and
".v Cents
Per Lump Sum
3. 3 EA Construction Advisgry Sign
oh e-'.4-1,1 c at $,n >
@ -i %vve vJ n `r��6� Dollars
and
no Cents
Per Each
PR -1
$ F9
$
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. Lump Sum Surveying Services
@ (arl y lmr, o,SAru� Dollars
and q
q Cents $ I ��
Per Lump Sum
5. 80 C.Y. Slurry Fill Existing Storm Drains
@ he Lyll eA Dollars
and
J1 1) Cents $ $ w
Per Cubic Yard
6. 1,000 L.F. Dewatering
@ °r Dollars
and
h u Cents
$ C v $' S ri
Per Linear Foot
7. 235 L.F. Install 12 -inch CPn(2000 -D)
01)e hu sec
@ c Dollars
and
h u Cents
$ Z 5 , 0-t) $ 3 �, erU
Per Linear Foot
8. 1,700 L.F. Install 18 -inch RCP (2000 -D)
@ Alin aL S42 Dollars
and
Jj,y Cents $ 7, tit, $ 1
Per Linear Foot T
9. 1 EA Concrete Coll r @ ' Dollars
and
h v Cents $ l
Per Each
10. 1,500 L.F. Concrete Encasement
@ euenje,trl Dollars
and
h Cents $ 1-:z ,-t)
Per Linear Foot
PR -2
6L. �.,s��„•x Dollars
and
h U Cents $ 4 $�
Per Each
14. 58 EA Ultra Urban Filter System
Per Bas! inlet OpQping
Dollars
and
P li Cents
Per Each
15. 500 L.F. Install 2 -inch SCH -40 PVC Sleeve
$ 51 Oz�, cro $
@ ; Dollars
and
p.,) Cents $ Ifl) $ l ; tv
Per Linear Foot
16. 400 L.F. Install 4 -Inch SCH -40 PVC Sleeve
@1%1A, Six. Dollars
and
ti Cents $ 1? $ jTi�• &11 . Cti
Per Linear Foot
ITEM
QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
TOTAL
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
11.
9 EA
Construct PCC Junction Structure
(Cit Std. 310 -L)
Th,-e�
@g•_Dollars
and
Y10 Cents
$" 0 C10
$ 42 Z t2mv, C
Per Each
12.
7 EA
Curb Inlet (Type OS)
(City Std. 306 -L)
@ , b Dollars
and
N 1) Cents
In' tz
Per Each
13.
6 EA
Double Opening Curb Inlet
Per Detail "C" (Sheet 16)
6L. �.,s��„•x Dollars
and
h U Cents $ 4 $�
Per Each
14. 58 EA Ultra Urban Filter System
Per Bas! inlet OpQping
Dollars
and
P li Cents
Per Each
15. 500 L.F. Install 2 -inch SCH -40 PVC Sleeve
$ 51 Oz�, cro $
@ ; Dollars
and
p.,) Cents $ Ifl) $ l ; tv
Per Linear Foot
16. 400 L.F. Install 4 -Inch SCH -40 PVC Sleeve
@1%1A, Six. Dollars
and
ti Cents $ 1? $ jTi�• &11 . Cti
Per Linear Foot
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4
17. 20 EA Install 10 -inch Round Plastic
Irrigation Valve Box
@ fling 'ktA 1jr-1) Dollars
and
Cents
Per Each
18. 190 LF Install and Connect Water Service
Lateral and 1 -inch Water Service
Meter (City Std. 502 -L)
19.
20.
21
$
@�r�r Dollars
and
Y) i+ Cents $ ' C-V $ 270, c'v
Per Linear Foot
1 EA Connect 1 -inch (Hot Tap) Service
to Existing 8 -inch Steel Pipe
(City Std. 502 -L)
4 uL IOUt e'Z Dollars
and
h y Cents $ 6ev, ers
Per Each
4,700 L.F. Remove and Replace (Variable
Height) PCC Curb & Gutter (City
Std. 182 -L, Type A)
$ stw o
@ Dollars
and
�a Cents $ /7 / $ 7
Per Linear Foot
380 L.F. Remove and Replace (Variable
Height) PCC Curb (City Std. 182 -L,
Type B)
@ 0) J'hQ Dollars
and
Cents $ IT $ 220. �
Per Linear Foot
PR -4
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. Lump Sum
Relocate Existing Street Light and
Street Light System (City Std.
201 -L, 204 -L, and 2/05 - -L)
@
k� �°-�+ Dollars
and
Cents
$
j
�,
Per Lump Sum
/
23. 23,500 S.F.
Remove and Replace 4 -inch Thick
PCC Sidewalk (City Std. 180 -L)
@ .e.e Dollars
and
Cents $.
$
70,50c)
Per Square Foot
24. 3,100 L. F.
Construct 2 -Foot Wide PCC Gutter
Per Detail "A" (Sheet 2)
@_ Dollars
and
Cents $
/
`i $
Per Linear Foot
25. 15 EA
PCC Access Ramp (Caltrans
Std. A88A, Case C)
II i
@ Dollars
and
L/0 Cents $
c7co $
J 590.
Per Each
26. 1,500 S.F.
PCC Res. Driveway Approach
Type II (City Std. 163 -L)
@_ r U�✓ Dollars
and /
Cents $ $ 000.
Per Square Foot
PR -5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
27. 1,500 S.F. Commercial Driveway Approach
Type I (City Std 160 -L)
M
29.
30.
31
32.
@ Dollars
and /
/&_0 Cents $ $ - 5(*) 0
Per Square Foot
Lump Sum Construct Parkway Culvert
Per Detail A -A (Sheet 4)
@ir �z _l Dollars
and
A1_' Cents
8,000 L.F
2300 C.Y
3500 S.F
10 EA
Per Lump Sum
Construct AC Patch Back
@ J re Dollars
and
Cents 3
Per Lineal Foot
Unclassified Excavation
$500(),
$ v
@ Dollars
and
h i Cents $ .3U / 0V $ 4 N. G'7tC1,�`U
Per Cubic Yards
Roadway Over Excavation
@ %1» Dollars
1 �
and
Cents $ 1.50 $ S�ti
Per Square Foot
Remove Existing Catch Basin/
Grate Inlet
@ ,, ^ Dollars
and
n U Cents $,'GV. cr11 $ e", cru
Per Each
2W
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
33. 6 EA Remove Existing Roadway
Grate Inlet
@ )r7odzr k4 Y- iV Dollars
and
h y Cents $ 01) e7I $ at'
Per Each
34. 36,000 S.F. AC Cold Plane
Dollars
and
t �f�,'✓� Cents $ �' $
Per Square Foot
35. 28,000 S.F. PCC Cold Plane
@ Ovu— Dollars
and
_eCents $ 5� $ t%
Per Square root
36. 3,000 Ton Variable Thickness Leveling
Course
@ r2?�:.7Y �r Dollars
and
1/7__� Cents $ $ 3R 00o.
Per Ton
37. 100,800 S.F. Install Fabric Glass Grid 8502
@ h i Dollars
and
Cents $ o,75 $ �c'U
Per Squar Foot 7�
38. 1,200 C.Y. Import Fill
@ S.x&,✓r Dollars
and
h v Cents $ 1 (Z' , r) $ le �J, y
Per Cubic Yard
PR -7
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
39. 5,000 Ton AC Pavement Section
@ Dollars
and
h o Cents $ tf try $ 1;2a) PIT, _M
Per Ton
40. 3,800 Ton 2 -inch Thick ARHM Surface Course
@C-- Dollars
and
17 o Cents $ 55,yy $ „;2o , cqv
Per Ton
41. 24 EA Adjust Manhole to Grade
(City Std. 111 -L)
@ Dollars
and
ZL44) Cents $
140c),
$
O-00 /
Per Each
42. 30 EA Replace Valve Riser and Cover
and Adjust to Grade
(City Std. 511 -L)
@ '/ dollars
and
Cents $_
/
$
' /
Per Each
43. 5 EA Adjust Survey Monument to Grade
(City Std. 511 -L)
@ Dollars
and
Cents $
SO
$
1
Per Each
44. 40 EA Install Loops
rTraffic
@ Dollars
Cents $
1 90.
$
7� 6
Per Each
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
45. Lump Sum Pavement Striping, Markers and
Markings
1
@ , �� Dollars
and j
�v Cents $ N
Per Lump Sum
46. 4 EA Reinstall Parking Meter
z
@ t'r oars
and
h t) Cents $ U51 cr% $ SGZ' ; [►y
Per Each
47. Lump Sum Remove, Restore, and Replace
Existing Irrigation and
Landscaping
@ $ v x; " Dollars
and
�d Cents $ 16 ) 0
Per Lump Sum
48, Lump Sum As -built Plans and DBE
Certification Form
@ /Dollars
and
11 o Cents $ Arv, c
Per Lump Sum
49. 5 EA Reconstruct E 'stigg Curb Drains
.-Two
@ Dollars
and
6 L Cents
Per Each
]
y' ' • •
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4
50. 1,000 S.F. Construct Cross Gutters
@ Dollars
and
� Cents $ $
Per Square Foot
TOTAL PRICE IN WRITTEN WORDS
and _Cents
NOVEMBER 25, 2002
Date
BUS: 714 578 -9600
FAX: 714 578 -9672
Bidder's Telephone and Fax Numbers
747612 A
Bidder's License No(s).
and Classification(s)
PR -10
Dollars
$ 1, 7( 27, 3(5, 1__�
Total Price (Figures)
SULLY - MILLER CONTRACTING CO.
Bidder /ti
B ftA&ffiied Vrc EtIESIUENI
1100 E. ORANGETHORPE AVE., ANAHEIM, CA
Bidder's Address
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
NEWPORT BOULEVARD / BALBOA BOULEVARD
ROADWAY & STORM DRAIN REHABILITATION
CONTRACT NO. 3373
INTRODUCTION
PART 1 - -- GENERAL PROVISIONS
SECTION 2 SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE
2 -9
SURVEYING
2 -9.3
Survey Service
2 -9.6
Survey Monuments
2.12
FEDERAL REQUIREMENTS
2 -12.5
Award and Execution of Contract
2 -12.6
Labor Nondescrim!nation
2 -12.7
Prevailing Wage
2 -12.8
Subcontractor and DBE Records
2 -12.9
DBE Certification Status
2 -12.10
Performance of DBE Subcontractors and Suppliers
2 -12.11
Subcontracting
SECTION 3 CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup
SECTION 4 CONTROL OF MATERIALS
4 -1
MATERIALS AND WORKMANSHIP
4 -1.3
Inspection Requirements
4 -1.3.4
Inspection and Testing
SECTION 5
UTILITIES
5 -2 PROTECTION
5 -7 ADJUSTMENTS TO GRADE
5 -8 SALVAGED MATERIALS
SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
1
1
1
1
2
2
2
2
2
2
3
4
4
5
5
5
5
ig
5
5
5
L
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
6
6 -7
TIME OF COMPLETION
7
6 -7.1
General
7
6 -7.2
Working Days
7
6 -7.4
Working Hours
7
6 -9
LIQUIDATED DAMAGES
8
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
8
7 -7
COOPERATION AND COLLATERAL WORK
8
7 -8
PROJECT SITE MAINTENANCE
8
7 -8.1
Cleanup and Dust Control
8
7 -8.5
Temporary Light, Power and Water
8
7 -8.6
Water Pollution Control
9
7 -8.8
Steel Plates
9
7 -9
PROTECTION AND RESTORATION OF
EXISTING IMPROVEMENTS
9
7 -10
PUBLIC CONVENIENCE AND SAFETY
9
7 -10.1
Traffic and Access
9
7 -10.2
Storage of Equipment and Materials in Public Streets
9
7 -10.3
Street Closures, Detours, Barricades
9
7 -10.4
Public Safety
11
7- 10.4.1
Safety Orders
11
7 -10.5
"No Parking" Signs
11
7 -10.7
Notice to Residents and Temp Parking Permits
11
7 -15
CONTRACTOR LICENSES
12
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
12
SECTION 9
MEASUREMENT AND PAYMENT
12
9 -1
MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
12
9 -1.1
General
12
9 -3
PAYMENT
12
9 -3.1
General
12
9 -3.2
Partial and Final Payment
19
PART 2 - -- CONSTRUCTION MATERIALS
SECTION 201
CONCRETE, MORTAR, AND RELATED MATERIALS
20
201 -1
PORTLAND CEMENT CONCRETE
20
201 -1.1.2
Concrete Specified by Class
20
201 -2
REINFORCEMENT FOR CONCRETE
20
0 0
201 -2.2.1
Reinforcing Steel
20
201 -5
CEMENT MORTAR
20
201 -5.1
General
20
SECTION 207
PIPE
20
207 -2
REINFORCED CONCRETE PIPE (RCP)
20
207 -2.1
General
20
207 -2.5
Joints
20
SECTION 214
PAVEMENT MARKERS
20
214 -4
NONREFLECTIVE PAVEMENT MARKERS
20
214 -5
REFLECTIVE PAVEMENT MARKERS
20
SECTION 215
STORM DRAIN FILTERS
21
215 -1
GENERAL
21
216
CONSTRUCTION ADVISORY SIGN
21
216 -1
General
21
PART 3 - -- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
21
300 -1
CLEARING AND GRUBBING
21
300 -1.3
Removal and Disposal of Materials
21
300 -1.3.1
General
21
300 -1.3.2
Requirements
21
300 -1.5
Solid Waste Diversion
22
SECTION 302
ROADWAY SURFACING
22
302 -5
ASPHALT CONCRETE PAVEMENT
22
302 -5.1
General
22
302 -5.4
Tack Coat
22
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
22
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
22
303 -5.1
Requirements
22
303 -5.1.1
General
22
303 -5.5.2
Curb
22
SECTION 307
STREET LIGHTING AND TRAFFIC SIGNALS
23
0 0
307 -4
TRAFFIC SIGNAL CONSTRUCTION
23
307 -4.9.3
Inductive Loops
23
SECTION 310
PAINTING
23
310 -5
PAINTING VARIOUS SURFACES
23
310 -5.6
Painting Traffic Striping, Pavement Markings, and Curb Markings
23
310 -5.6.7
Layout, Alignment and Spotting
23
310 -5.6.8
Application of Paint
23
SECTION 312
PAVEMENT MARKER PLACEMENT AND REMOVAL
24
312 -1
PLACEMENT
24
PART 4
SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE
MATERIAL 24
400 -2 UNTREATED BASE MATERIALS 24
400 -2.1 General 24
400 -2.1.1 Requirements 24
_91T.-W-7
SECTION 600 MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 24
600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND
PAVEMENTS -WET PROCESS 24
600 -2.1 Asphalt Rubber 24
600 -2.1.1 General 25
600 -2.6 Asphalt Rubber Hot Mix Gap — Graded 25
600 -2.6.3 Rolling 25
0
• SP 1 OF 29
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
NEWPORT BOULEVARD / BALBOA BOULEVARD ROADWAY AND STORM DRAIN
REHABILITATION
CONTRACT NO. 3373
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions; (2) the Plans (Drawing No. R- 5809 -S); (3) the City's Standard
Special Provisions and Standard Drawings for Public Works Construction, (1994
edition), including Supplements; (4) Standard Specifications for Public Works
Construction (1997 edition), including supplements. Copies of the Standard Special
Provisions and Standard Drawings may be purchased at the Public Works Department.
Copies of the Standard Specifications may be purchased from Building News, Inc.,
1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE. Add to this section: "The work necessary for the
completion of this contract consists of mobilization, traffic control, construction
notifications, survey services, sidewalks, curb and gutter and roadway reconstruction,
construct storm drain systems, install irrigation system components, install Ultra Urban
filters, and complete all other items of work as required on place.
2 -9 SURVEYING
2 -9.3 Survey Service. Add to this section: "The Contractor will provide
construction staking as required to construct the improvements. All existing street
and property corner monuments are to be preserved. The Contractor will be
back - charged for the cost of restoring any survey monument damaged by the
Contractor outside the project limits." The cost of filing corner records shall be
borne by the Contractor.
0
• SP 2 OF 29
2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work,
inspect the project for existing survey monuments and protect them during
construction operations. In the event that existing survey monuments are
removed or otherwise disturbed during the course of work, the Contractor shall
have the affected survey monuments restored per records, at his expense. The
Contractor's Engineer or Licensed Surveyor shall also file the required Corner
Records with the County of Orange upon monument restoration.
2 -12 FEDERAL REQUIREMENTS
2 -12.5 AWARD AND EXECUTION OF CONTRACT
The bidder's attention is directed to the provisions in Section 3, "Award and
Execution of Contract," of the Standard Specifications and these special provisions
for the requirements and conditions concerning award and execution of contract.
The award of the contract, if it be awarded, will be to the lowest responsible bidder
whose proposal complies with all the requirements prescribed and who has met
the goal for DBE participation or has demonstrated, to the satisfaction of the City,
adequate good faith efforts to do so. Meeting the goal for DBE participation or
demonstrating to the satisfaction of the City, adequate good faith efforts to do so is
a condition for being eligible for award of contract.
2 -12.6 LABOR NONDESCRIMINATION — Attention is directed to the following
Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of
Regulations.
Your attention is called to the "Nondescrimination Clause ", set forth in Section 7-
1.01A(4), "Labor Descrimination," of the Standard Specifications, which is
applicable to all nonexempt state contracts and subcontracts, and to the "Standard
California Nondiscrimination Construction Contract Specifications" set forth
therein. The Specifications are applicable to all nonexempt state construction
contracts and subcontracts of $5,000 or more.
2 -12.7 PREVAILING WAGE -- Attention is directed to Section 7- 1.01A(2),
"Prevailing Wage," of the Caltrans Standard Specifications.
The general prevailing wage rates determined by the Director of Industrial
Relations, for the county or counties in which the work is to be done, are attached
and are available at the Public Works Department. Changes to the general
prevailing wage rates will be available at the same location.
2 -12.8 SUBCONTRACTOR AND DBE RECORDS
The Contractor shall maintain records showing the name and business address of
each first -tier subcontractor. The records shall also show the name and business
address of every DBE subcontractor, DBE vendor of materials and DBE trucking
0
• SP3OF29
company, regardless of tier. The records shall show the date of payment and the
total dollar figure paid to all of these firms. DBE prime contractors shall also show
the date of work performed by their own forces along with the corresponding dollar
value of the work.
Upon completion of the contract, a summary of these records shall be prepared on
Form CEM -2402 (F) and certified correct by the Contractor or the Contractor's
authorized representative, and shall be furnished to the Engineer. The form shall
be furnished to the Engineer within 90 days from the date of the contract
acceptance. $10,000 will be withheld from payment until the Form CEM -2402 (F)
is submitted. The amount will be returned to the Contractor when a satisfactory
Form CEM -2402 (F) is submitted.
Prior to the fifteenth of each month, the Contractor shall submit documentation to
the Engineer showing the amount paid to DBE trucking companies listed in the
Contractor's DBE information. This monthly documentation shall indicate the
portion of the revenue paid to DBE trucking companies which is claimed toward
DBE participation. The Contractor shall also obtain and submit documentation to
the Engineer showing the amount paid by DBE trucking companies to all firms,
including owner - operators, for the leasing of trucks. The DBE who leases trucks
from a non -DBE is entitled to credit only for the fee or commission it receives as a
result of the lease arrangement. The records must confirm that the amount of
credit claimed toward DBE participation conforms with Section 2 -1.02.
The contractor shall also obtain and submit documentation to the Engineer
showing the truck number, owner's name, California Highway Patrol CA number,
and if applicable, the DBE certification number of the owner of the truck for all
trucks used during that month for which DBE participation will be claimed. This
documentation shall be submitted on Form CEM -2404 (F).
2 -12.9 DBE CERTIFICATION STATUS
If a DBE subcontractor is decertified during the life of the project, the decertified
subcontractor shall notify the Contractor in writing with the date of decertification. If
a subcontractor becomes a certified DBE during the life of the project, the
subcontractor shall notify the Contractor in writing with the date of certification. The
Contractor shall furnish the written documentation to the Engineer.
Upon completion of the contract, Form CEM -2403 (F) indicating the DBE's existing
certification status shall be signed and certified correct by the Contractor. The
certified form shall be furnished to the Engineer within 90 days from the date of
contract acceptance.
Ll
• SP4OF29
2 -12.10 PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS
The DBEs listed by the Contractor in response to the provisions in Section 2-
1.026, "Submission of DBE Information," and Section 3, "Award and Execution of
Contract," of these special provisions, which are determined by the City to be
certified DBEs, shall perform the work and supply the materials for which they are
listed, unless the Contractor has received prior written authorization to perform the
work with other forces or to obtain the materials from other sources.
Authorization to utilize other forces or sources of materials may be requested for
the following reasons:
A. The listed DBE, after having had a reasonable opportunity to do so, fails or refuses to execute
a written contract, when such written contract, based upon the general terms, conditions,
plans and specifications for the project, or on the terms of such subcontractor's or supplier's
written bid, is presented by the Contractor.
B. The listed DBE becomes bankrupt or insolvent.
C. The listed DBE fails or refuses to perform his subcontract or furnish the listed materials.
D. The Contractor stipulated that a bond was a condition of executing a subcontract and the
listed DBE subcontractor fails or refuses to meet the bond requirements of the Contractor.
E. The work performed by the listed subcontractor is substantially unsatisfactory and is not in
substantial accordance with the plans and specifications, or the subcontractor is substantially
delaying or disrupting the progress of the work.
F. It would be in the best interest of the City.
The Contractor shall not be entitled to any payment for such work or material
unless it is performed or supplied by the listed DBE or by other forces (including
those of the Contractor) pursuant to prior written authorization of the Engineer.
2 -12.11 SUBCONTRACTING
Attention is directed to the provisions in Section 8 -1.01, "Subcontracting," and
Section 2, "Proposal Requirements and Conditions," and Section 3, "Award and
Execution of Contract," of the Caltrans Standard Specifications. Pursuant to the
provisions in Section 1777.1 of the Labor Code, the Labor Commissioner
publishes and distributes a list of contractors ineligible to perform work as a
subcontractor on a public works project. This list of debarred contractors is
available from the Department of Industrial Relations web site at
http: / /www.dir.ca.gov. /dir /Labor law /SLSE /Debar.html.
The provisions in the third paragraph of Section 8 -1.01, "Subcontracting," of the
Standard Specifications, that the Contractor shall perform with the Contractor's
own organization contract work amounting to not less than 50 percent of the
original contract price is not changed by the Federal Aid requirement specified
under "Required Contract Provisions Federal -Aid Construction Contracts" in
Section 14 of these special provisions that the Contractor perform not less than 30
percent of the original work with the Contractor's own organization
• SP5OF29
Each subcontract and any lower tier subcontract that may in turn be shall include
the "Required Contract Provisions Federal -Aid Construction Contracts" in Section
14 of these special provisions.
This requirement shall be enforced as follows:
A. Noncompliance shall be corrected. Payment for subcontracted work involved
will be withheld from progress payments due, or to become due, until
correction is made. Failure to comply may result in termination of the contract.
SECTION 3 - -- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent
shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be
applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the extra work and a markup
of 5 percent on work added in excess of $5,000 of the subcontracted portion of
the extra work may be added by the Contractor."
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
the work until it has been inspected and accepted by the Engineer. The Contractor shall
furnish the Engineer full information as to the progress of the work in its various parts
and shall give the Engineer timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
0
• SP 6 OF 29
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed his work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 - -- UTILITIES
5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter
box or cover is damaged by the work and is not re- useable, the Contractor shall provide
and install a new pull or meter box or cover of identical type and size at no additional
cost to the City."
5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City -
owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and
survey monuments. The Contractor shall coordinate the adjustment of Southern
California Edison, The Gas Company, Pacific Bell and cable television facilities to the
finish grade with the appropriate utility company.
The contractor shall remove and salvage City -owned sewer manhole covers
and grade rings and City owned water valve cans and covers, and furnish and
install new sewer manhole cover and water valve covers prior to finish grade
adjustment.
5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve
box covers and all removed cast iron pipes. Salvaged materials shall be delivered to the
City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for
the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at
(949) 718 -3402.
SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to
this section: "The time of completion as specified in Section 6 -7, shall commence on
the date of the 'Notice to Proceed."
No work shall begin until a "Notice to Proceed" has been issued, a pre- construction
meeting has been conducted, and a schedule of work and the traffic control plan have
been approved by the Engineer. The Contractor shall submit a construction schedule
and the traffic control plan to the Engineer for approval a minimum of five working days
prior to the pre- construction meeting. Schedule may be bar chart or CPM style and shall
have included that construction work shall be limited to two (2) blocks at a time. In
addition, the existing power pole along the westerly side of Balboa Boulevard in the
9
• SP7OF29
vicinity of 25th Street and the roadway realignment work will be removed by the areas
undergrounding contractor by the middle of January 2003. Contractor shall schedule
work to start at 16th Street in order to allow time for the removal of the power pole.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until he has exerted extra effort to meet his original schedule and has demonstrated that
he will be able to maintain his approved schedule in the future. Such stoppages of work
shall in no way relieve the Contractor from his overall time of completion requirement, nor
shall it be construed as the basis for payment of extra work because additional personnel
and equipment were required on the job."
The City intends to award this project on December 10, 2002. The pre -
construction meeting is scheduled for the first week of January 2003.
6 -7 TIME OF COMPLETION
6 -7.1 General. Add to this section: "The Contractor shall complete all work
under the Contract within 100 consecutive working days after the date on the
Notice to Proceed or May 23, 2003 whichever occurs first, excluding the installation
of permanent pavement striping and markings. "
It will be the Contractor's responsibility to ensure the availability of all material prior to
the start of work. Unavailability of material will not be sufficient reason to grant the
Contractor an extension of time for 100 percent completion of work."
6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st t
the third Monday in January (Martin Luther King Day), the third Monday in February
(President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in
September (Labor Day), November 11th (Veterans Day), the fourth Thursday in
November (Thanksgiving), December 24th, (Christmas Eve — half day), December 25th
(Christmas), and December 31St (New Year's Eve — half day). If January 1st, July 4th,
November 11th or December 25th falls on a Sunday, the following Monday is a
holiday."
6 -7.4 Working Hours. Normal working hours are limited to 7:00 AM to 3:30 PM
Monday through Friday.
Should the Contractor elect to work outside normal working hours, he must first obtain
special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M.
on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any
of these hours must be made at least 72 hours in advance of the desired time period. A
separate request must be made for each work shift. The Engineer reserves the right to
deny any or all such requests. Additionally, the Contractor shall pay for supplemental
inspection costs of $55.00 per hour when such time periods are approved.
• • SP8OF29
6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6 -7 -1 for completion of the work, the
Contractor shall pay to the City or have withheld from moneys due it, the daily sum of
$1,000.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $1,000 per day is the minimum
value of the costs and actual damage caused by the failure of the Contractor to
complete the Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "If needed, City
forces will perform all shut downs of water facilities. The Contractor shall give the City
seven calendar days notice of the time he desires the shut down of facilities to take
place.
A four -hour shut down of water facilities during the daytime hours of 10:00 AM to 2:00
PM. The Contractor will be responsible for completing all water connections within the
time period allowed. The times and dates of any utility to be shut down must be
coordinated with the City of Newport Beach, Utilities Department.
The Contractor is hereby made aware that the City's on -going Balboa Village Project is
located easterly of this work; the on -going undergrounding Project along Newport
Boulevard and Balboa Boulevard is in the vicinity of this work; and that Balboa
Boulevard and Newport Boulevard are the only roadways available to reach the
"Village" and " Undergrounding" work sites. The Contractor shall anticipate and facilitate
continuous construction traffic for these other projects within this project's work limits on
work days."
7 -8 PROJECT SITE MAINTENANCE
7 -8.1 Cleanup and Dust Control. Add to this Section, "Each work location shall
be cleaned and barricaded at the end of each day until the Work is completed."
7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor
elects to use the City's water, he shall arrange for a meter and tender an $813 meter
deposit with the City. Upon return of the meter to the City, the deposit will be returned
to the Contractor, less a quantity charge for water usage and repair charges for damage
to the meter."
• • SP9OF29
All water used during construction will be paid for by the Contractor including water for
flushing and pressure testing all lines.
7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including
all water used during sawcutting operations, containing mud, silt or other deleterious
material due to the construction of this project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material from migrating into any catch basin,
Newport Harbor, or onto the beach."
7 -8.8 Steel Plates. The City may be able to provide a limited quantity of steel
plates. These plates may be obtained for a rental charge of $15.00 per plate per week
or part thereof. In addition the Contractor shall deposit $100 for the use of the City's
lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates
from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine
the number of plates available and to reserve the plates, the Contractor must call the
City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402 to make arrangements.
7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Add to
this Section, "The Contractor is hereby advised that the City work under this contract
adjoins private properties. The Contractor shall be responsible for the in -kind repair of
any and all private properties damaged during the course of the Work, to the
satisfactory of the Engineer. The Contractor is advised to photograph the private
improvements adjacent to the Work for record and future references."
Add the following to the first sentence of the second paragraph after "e.g. ", "curb drains
and private irrigation lines."
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide
traffic control and access in accord with Section 7 -10 of the Standard Specifications
and the Work Area Traffic Control Handbook (WATCH) also published by Building
News, Inc."
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following, "Construction materials shall not be stored within
streets, roads, or sidewalk areas." In addition, the contractor shall locate a staging area
for the engineer's approval prior to mobilization.
7 -10.3 Street Closures, Detours, Barricades. Modify this Section to read, "The
Contractor shall submit traffic control and detour plan(s) for each phase of work to the
Engineer and it shall conform with the provisions of the W.A.T.C.H.
Such plan(s) shall be submitted to the City at least five (5) working days before the pre -
construction meeting and shall be signed by a registered Traffic Engineer and shall
include the following:
•
1. Access and Traffic Controls
• SP 10 OF 29
Access to all side streets, parking lots, and service driveways shall be
maintained at all times.
Emergency vehicle access shall be maintained at all times.
The location and wording of all barricades, signs, delineators, lights, warning
devices, and any other details required shall assure that all pedestrian and
vehicular traffic will be handled in a safe an efficient manner with minimum
inconvenience to the public.
All advanced warning sign installations shall be reflectorized and /or lighted.
The Contractor shall provide solar - powered arrowboards and uniformed
fiagpersons to direct traffic through all construction areas at all times.
The Contractor shall be aware and make provisions that the Contractor for the
Balboa Village project as well as OCTA buses will pass through the construction
site on a daily basis.
2. Traffic Through and Turn Lanes
The Contractor shall not close more than one (1) traffic lane in either travel
direction before 9 AM or after 3 PM on work days.
Two traffic lanes shall be maintained during non -work hours.
All traffic lanes must be open for public use after 3 PM on days of the Newport
Beach Annual Christmas Boat Parade from December 18, 2002 to December
22, 2002.
In case of left -turn pocket(s) closures, the affected traffic will be allowed to
make U -turns at the next intersection.
The "left- turn" lanes for southbound Newport Boulevard motorists turning onto
215t and 22" d Street shall be open between 11 AM and 1 PM.
3. Parking
Except for paving operations, on- street parking shall be at least seventy -five
percent restored during non -work hours.
All on- street parking shall be available for public use whenever no work is being
performed adjacent to these parking spaces. Maintain at least t/2 of all of the
parking spaces per block at all times.
• • SP 11 OF 29
All parking lanes must be open for public use after 3 PM on days of the Newport
Beach Annual Christmas Boat Parade from December 18, 2002 to December
22, 2002.
7 -10.4 Public Safety
7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely
and completely responsible for conditions of the job -site, including safety of all persons
and property during performance of the work, and the Contractor shall fully comply with
all State, Federal and other laws, rules, regulations, and orders relating to the safety of
the public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in
place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING"
signs) which he shall post at least forty -eight hours in advance of the need for
enforcement. In addition, it shall be the Contractor's responsibility to notify the City's
Police Department, Parking Control Division at (949) 644 -3717, for verification of
posting at least forty -eight hours in advance of the need for enforcement. The signs
shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide
and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans
Uniform Sign Chart.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting.
7 -10.7 Notices to Residents and Businesses. Ten working days prior to
starting work, the Contractor shall deliver a construction notice to the adjacent
residents, within 500 feet of the project, describing the project and indicating the limits
of construction. The City will provide the notice. Forty -eight hours before the start of
any construction, the Contractor shall distribute to the adjacent residents a written
notice stating when construction operations will start, what disruptions may occur, and
approximately when the construction will be complete. An interruption of work at any
location in excess of 14 calendar days shall require re- notification. The written notices
will be prepared by the Engineer. The Contractor shall insert the applicable dates and
times when the notices are distributed. Errors in distribution, false starts, acts of God,
strikes or other alterations of the schedule will require Contractor re- notification using
an explanatory letter furnished by the Engineer.
The Contractor shall distribute a second City provided notice to the affected locations
48 hours prior to the start of the sidewalk reconstruction work. Such notice shall advise
0
0 SP 12 OF 29
the residents and businesses as to when the sidewalk in front of their location will be
closed, where they may receive U.S. Mail, and when the regular mail service is
expected to resume.
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General Engineering Contractor "A" License. At
the start of work and until completion of work, the Contractor shall possess a valid
Business License issued by the City of Newport Beach.
7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site at all times. In addition, the
Contractor shall maintain "As- Built" drawings of all work as the job progresses. A
separate set of drawings shall be maintained for this purpose. These drawings shall be
up -to -date and submitted to the Engineer at the time each progress bill is submitted.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
9 -1.1 General. Add to this Section, "In case of conflicting method of measurement
between the City's Standard Specifications and the Caltrans Standard, the City's
Standard Specifications shall take precedence."
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid
for each item of work shown on the proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work to complete
the item of work in place and no other compensation will be allowed thereafter.
Payment for incidental items of work not separately listed shall be included in the prices
shown for the other related items of work. The following items of work pertain to the bid
items included within the Proposal:
Item No. 1 Mobilization: Work under this item shall include providing bonds,
insurance and financing, scheduling of equipment and materials, preparation of the
SWPPP, preparation of the construction schedule, and all other related work as
required by the Contract Documents.
Item No. 2 Traffic Control: Work under this item shall include the delivery of all
required notifications and temporary parking permits, posting of signs, preparation of
•
• SP 13 OF 29
traffic control plans prepared and signed by a California licensed traffic engineer, the
placement, maintenance and removal of signs, cones, barricades, flashing arrow sign,
K -rail, temporary striping, flagpersons, and furnishing all labor, tools, equipment and
materials necessary to comply with the W.A.T.C.H. and City of Newport Beach
Requirements.
Item No. 3 Construction Advisory Sign: Work under this item shall include the
fabrication, placement, maintenance and removal of one advisory sign placed at
approximately 500' outside of the work limits on Balboa Boulevard and on Newport
Boulevard.
Item No. 4 Surveying Services: Work under this item shall include the cost of
construction staking, preliminary grades, final grades, centerline ties, all horizontal
alignment, survey monument adjustment, as -built field notes, filing of corner records,
reestablishment of property corners disturbed by the work, and other survey items as
required to complete the work in place.
Item No. 5 Slurry Backfill Existing Storm Drains: Work under this item shall include
the cost of all labor and materials to slurry backfill (2 sack mix) of existing storm drain to
be abandoned in place and capping the existing end of pipe.
Item No. 6 Dewatering: Work under this item shall include the cost of all labor,
materials, equipment, applicable permits, and other items of work required for the
dewatering of open trenches and /or excavations required for the construction of storm
drains whenever ground and /or tidal waters are encountered during the work. Payment
shall be made per linear foot of open dewatered trench or excavation.
Item No. 7 Install 12 -inch RCP Storm Drain (2000 -D): Work under this item shall
include furnishing and installing all pipe material including, but not limited to, potholing
of all existing facilities, pavement removal, exposing utilities in advance of pipe
excavation operations, trench excavations, shoring, bracing, temporary patching or
trench plates with 1' AC cold mix border, installing pipe, installing external joint sealer,
placing bedding and crushed miscellaneous base, make connections, compaction,
fittings, connecting to existing facilities, removing, abandoning or protecting interfering
portions of existing utilities or improvements, temporary and permanent support of
utilities, disposing of excess excavated materials and complete all other work complete
and in place.
Item No. 8 Install 18 -inch RCP Storm Drain (2000 -D): Work under this item shall
include furnishing and installing all pipe material including, but not limited to, potholing
of all existing facilities, pavement removal, exposing utilities in advance of pipe
excavation operations, trench excavations, shoring, bracing, temporary patching or
trench plates with 1' AC cold mix border, of installing pipe, installing external joint
sealer, placing bedding and crushed miscellaneous base, make connections,
compaction, fittings, connecting to existing facilities, removing, abandoning or protecting
interfering portions of existing utilities or improvements, temporary and permanent
0 • SP 14 OF 29
support of utilities, disposing of excess excavation materials and all other work
complete and in place.
Item No. 9 Concrete Collar: Work under this item shall include #4 Rebar, concrete
(3250 psi Type V) removals, protection of interfering portion of existing utilities or
improvements, temporary and permanent support of existing utilities, disposal of excess
excavation materials and all other work necessary to install complete and in place.
Item No. 10 RCP Concrete Encasement (6" Minimum Cover): Work under this item
shall include 6" concrete encasement over pipe where top of the RCP is less than 18"
below finish surface as shown on the Plans. Include removal and disposal of existing
interfering improvements, temporary and permanent support of utilities, disposal of
excess excavated materials and complete all other work complete and in place.
Item No. 11 Construct P.C.C. Junction Structure (City Std. 310 -L): Work under this
item shall include, the construction of P.C.C. junction structures per CNB Std -310 -L
including but not limited to, pavement removal, exposing utilities in advance of work,
excavation, temporary patching or plating, control of ground and surface water, backfill,
compaction, disposal of excess excavated materials, installation of base, shaft, grade
rings, manhole frames and covers, potholing of all existing utilities, connections to
existing facilities, removal, abandonment or protection of interfering portions of existing
utilities or improvements, temporary and permanent support of utilities, and all other
work necessary to construct the P.C.C. junction structure complete and in place.
Item No. 12 Curb Inlet Type OS (City Std. 306 -L): Work under this item shall include
the construction of P.C.C. catch basins per CNB Std. 306 -L including, but not limited to,
pavement removal, exposing utilities in advance of work, excavation, temporary
shoring, bracing, patching or plating, control of ground and surface water, backfill,
compaction, disposal of excess excavated materials, installation of base, basin, grade
rings, manhole frames and covers, installation of "No Dumping — Drains to Bay /Ocean"
decal, potholing of all existing utilities, make connections, removal, abandonment or
protection of interfering portions of existing utilities or improvements, temporary and
permanent support of utilities, and all other work necessary to construct the P.C.C.
catch basins complete and in place.
0
• SP 15 OF 29
Item No. 13 Double Opening Curb Inlet Per Detail "C" (Sheet 16): Work under this
item shall include the construction of P.C.C. catch basins per Detail "C" on Sheet 16 of
the plans including, but not limited to, pavement removal, exposing utilities in advance
of work, excavation, temporary patching or plating, control of ground and surface water,
backfill, compaction, disposal of excess excavated materials, installation of base, shaft,
rebar, grade rings, manhole frames and covers, installation of "No Dumping — Drains to
Bay /Ocean" decal, potholing of all existing utilities, connections to existing facilities,
removal, abandonment or protection of interfering portions of existing utilities or
improvements, temporary and permanent support of utilities, and all other work
necessary to construct the P.C.C. catch basins complete and in place.
Item No. 14 Ultra Urban Filter System (Per Basin Inlet Opening): Work under this
item shall include the materials and installation of as many Ultra Urban filters as
required to completely fit across the inlet opening. All work under this item shall be
constructed to the manufacturer's illustration and specifications and shall include all
labor, material and equipment to complete the work in place per each basin inlet
opening.
Item No. 15 Install 2" SCH -40 PVC Sleeve: Work under this item shall include
installation of 2" PVC sleeve within the deck of the curb inlet complete and in place.
Item No. 16 Install 4" SCH -40 PVC Sleeve: Work under this item shall include
installation of 4" PVC sleeve, sand backfill 4" over pipe, and deeplift A.C. patch back
over trench left 2" below ARHM overlay per trench resurfacing detail (City Std. 105 -L -B)
and all labor and materials necessary to complete the work in place.
Item No. 17 Install 10" Round Plastic Irrigation Valve Box: Work under this item
shall include installation of a 10" diameter plastic irrigation valve box and all other items
as required to complete the work in place.
Item No. 18 Install and Connect Copper Water Service Lateral and 1" Water
Service Meter (City Std. 502 -L): Work under this item shall include the furnishing and
installation of a 1" meter, meter box, 1" copper lateral line, corporation stop and tie in
service line to existing steel main. All work shall be done in accordance with City Std.
502 -L and is to include all saw cut, removals, trenching, AC, patch back, thrust blocks,
and all other items as required to complete the work in place.
Item No. 19 Connect 1" (Hot Tap) Service to Existing 8" Steel Pipe
(City Std. 505 -L): Work under this item shall include furnishing and installation of
service tap and corporation stop. All work shall be in accordance with City Std. 505 -L
and is to include all sawcut, removals, trenching, AC patch back, and all other items as
required to complete the work in place.
Item No. 20 Construct Variable Height P.C.C. Curb and Gutter (City Std. 182 -L
Type A): Work under this item shall include removing and disposing of the existing
curb and gutter, subgrade compaction, reconstructing curb openings of existing curb
drains, constructing variable height P.C.C. curb and gutter, re- chiseling of curb face for
i
i SP 16 OF 29
existing underground utilities, restoring all existing improvements damaged by the work,
and all other work items as required to complete the work in place. Gutter width shall be
24 inches.
Item No. 21 Remove Existing and Construct Variable Height P.C.C. Curb (City
Std. 182 -L Type B): Work under this item shall include removing and disposing of the
existing curb, subgrade compaction, constructing P.C.C. curb, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 22 Relocate Existing Street Light and Street Light System (City Std.
201 -L, 204 -L, and 205 -L): Work under this item shall include all labor and material to
removing and disposing of existing street light foundation, constructing street light
foundation, relocating street light pole, modifying and installing street light conduit, pull
box, and conductors (no splicing of wires and conductors between pull boxes will be
allowed), and all other items as required to complete the work in place.
Item No. 23 Remove Existing and Construct 4 -Inch Thick P.C.C. Sidewalk (City
Std.- 180 -L): Work under this item shall include removing and disposing of the existing
sidewalk, subgrade compaction, protect existing 16 -inch water main in place, including
landscaping within the existing medians, constructing the 4 -inch thick P.C.C. sidewalk,
expansion joints, resetting existing sign posts and USPS mail boxes and all utility
boxes, and all other work items as required to complete the work in place.
Item No. 24 Remove Existing and Construct P.C.C. 2 -foot Gutter (Detail "A ")
Type "B" Modified: Work under this item shall include removing existing
improvements, construct AC patchback, install rebar dowels, constructing P.C.C. gutter,
expansion joints, seal all joints at flowline with cement epoxy and all other work
necessary to complete the work in place per detail "A" sheet 2.
Item No. 25 Remove Existing Improvements and Construct P.C.C. Curb Access
Ramp (Caltrans Std. A88A Case C): Work under this item shall include removing
existing improvements and constructing P.C.C. curb access ramp, AC patchback,
variable height retaining curb, variable height curb and gutter, resetting existing sign
posts, and all other work necessary to remove the existing improvements and construct
the access ramps complete and in place.
Item No. 26 Remove Existing and Construct P.C.C. Residential Driveway
Approach Type II (City Std. 163 -L): Work under this item shall include removing
existing improvements, constructing AC patch back, adjustment of existing utilities,
constructing P.C.C. driveway approach and all other work necessary to complete the
work in place.
Item No. 27 Construct Commercial Driveway Approach Type I (City Std. 160 -L):
Work under this item shall include the removal and disposal of the existing
improvements, subgrade compaction, construct AC patchback, adjustment of existing
utilities, construction of PCC driveway approach, place and compact aggregate base,
• • SP 17 OF 29
the reconstruction of the depressed gutter adjacent to the driveway, and complete all
other work items as required to complete the work in place.
Item No. 28 Construct Parkway Culvert Per Detail A -A (Sheet 4): Work under this
item shall include sawcut, removal and disposal of existing improvements and
recompact existing subgrade, construct parkway culvert complete with reinforcing steel,
3/8" bolt down (2 bolts each side) galvanized steel lid with diamond plating, and
complete all other work necessary to construct the parkway gutter complete and in
place.
Item No. 29 Construct A.C. Patch Back: Work under this item shall include minimum
8" AC patch back next to all curb, gutter, and curb & gutter 2" below finish surface to be
constructed or replaced only. Construction of deeplift patch back shall be done with a
minimum 2 lifts (maximum 4" each lift) of AC compacted, and all other work as required
to complete the work as shown on the plans.
Item No. 30 Unclassified Excavation: Work under this item shall include min. 12-
inch full- depth sawcuts, removal and disposal of existing A.C. and P.C.C. pavement,
drying operations, compaction, tack coat, and all other paving preparatory work as
required prior to the placement of AC leveling course.
Item No. 31 Roadway Over Excavation and Backfill: Work under this item shall
include the 8" thick removal and disposal of existing roadway section below the
proposed leveling course and /or base course shown on the plans, drying operations
(scarifying 6" min. and recompact 95 %), deeplift conventional A.C. backfill, tack coat,
backfill, compaction, and other roadway preparatory work as required prior to the
placement of leveling course /base course.
Item No. 32 Remove Existing Catch Basin: Work under this item shall include the
removal and disposal of existing concrete inlet or catch basin and grate inlets
designated for removal, subgrade backfill, AC backfill, compaction, tack coat where
required and complete all other necessary work in preparation of constructing the other
work shown on the plans.
Item No. 33 Remove Existing Roadway Grate Inlet: Work under this item shall
include the removal and disposal of existing grate inlets designated for removal,
subgrade backfill, AC backfill, compaction, tack coat where required and complete all
other necessary work in preparation of constructing the other work shown on the plans.
Item No. 34 Cold Mill Existing Asphalt Pavement: Work under this item shall
include cold milling and disposal of the asphalt roadway to a depth as shown on the
plans and to complete all other work necessary to prepare roadway for the construction
of other work shown on the plans.
Item No. 35 PCC Cold Planing: Work under this item shall include cold milling the
P.C.C. roadway to a depth below existing finished grade as shown on the drawings to
0
• SP 18 OF 29
meet proposed A.C. overlay depth and all other work necessary to cold mill the existing
P.C.C. roadway within the project limits complete and in place.
Item No. 36 Variable Thickness Leveling Course: Work under this item shall
include crack sealing of all cracks that are wider than 1/8" in width, construction of AC
Leveling Course, compaction, and all other work as required to complete the work as
shown on the Plans.
Item No. 37 Install Fabric Glasgrid 8502: Work under this item shall include
cleaning, patching and sealing cracks, and the placement of Fabric Glasgrid 8502 over
existing PCC pavement and AC leveling course and shall include furnishing all labor,
tools, equipment and materials necessary to install Glasgrid 8502 fabric complete and
in place. Exact locations for Glasgrid installation shall be determined by the engineer in
the field.
Item No. 38 Import Fill: Work under this item shall include all imported subgrade
and /or aggregate base backfill and compaction required for constructing the widened
sidewalks, driveways, new curb and gutter, and roadway over - excavated areas.
Payment for the placement of existing material excavated on site shall be paid at the
rate of /2 of the unit bid price for this item.
Item No. 39 Construct Conventional AC Pavement: Work under this item shall
include crack sealing of all cracks that are wider than 1/8" in width, construction of
deeplift A.C. section, compaction, and all other work as required to complete the work
as shown on the Plans.
Item No. 40 Construct 2" Thick ARHM Pavement: Work under this item shall
include crack sealing of all cracks that are wider than 1/8" in width, construction of 2"
thick ARHM pavement overlay, mechanical and manual compaction, and all other work
as required to complete the work as shown on the Plans.
Item No. 41 Adjust Manholes to Grade: Work under this item shall include
replacement of manhole lids for sewer manholes, adjusting and remodeling all
manholes to grade and any equipment and materials necessary to complete the work
under this contract.
Item No. 42 Replace Valve Covers and Risers and Adjust to Grade (City Std.
511 -L): Work under this item shall include the replacement of all water valve risers and
covers, the adjusting and remodeling (if needed) to grade, and the cost of all labor,
equipment, and materials necessary to complete the work in place.
Item No. 43 Adjust Survey Monuments to Grade (City Std. 116 -L): Work under this
item shall include all and any labor, equipment and materials necessary to complete the
work under this contract.
Item No. 44 Install Traffic Loop (Caltrans Type A or E): Work under this item shall
include all labor and material to install and connect into existing termination pull box and
i • SP 19 OF 29
all other work as required to complete the work shown on plans and these
Specifications. The Contractor shall notify the Engineer of the deactivation of any
existing loops one week prior to the start of such work.
Item No. 45 Pavement Striping, Markings, and Markers: Work under this item shall
include temporary and permanent striping, thermoplastic traffic and parking striping,
pavement markers, curb painting (red curb paint shall be TMT Pathway Foundry Red),
and all work necessary to install traffic striping complete and in place per the plans.
Item No. 46 Reinstall Parking Meter: Work under this item shall include removing
and disposing of existing meter foundation, construct meter foundation, relocation of
meter, modifying wires and conduit and all other work necessary to complete the work
in place.
Item No. 47 Remove, Restore, and Replace Existing Irrigation and Landscaping:
Work under this item shall include all labor and material to removing and disposing of
existing interfering irrigation and landscaping, reconnect and restore irrigations system
to working order (as good or better coverage), replacement of any damaged plants (to
match the existing landscaping), and all other work necessary to complete the work in
place.
Item No. 48 As -Built Plans And DBE Certification Form: The "As- Built' corrections
and the completed DBE Certification Form shall be submitted to and approved by the
Engineer within six (6) weeks of the placement of permanent pavement striping.
Item No. 49 Reconstruct Existing Curb Drain: Work under this item shall include all
work necessary to replace the existing below -grade curb drains from the back of walk to
the new curb face and shall be at least the same size and material as the existing. The
cost of making additions /modifications to the existing improvements at the back of walk
such as additional piping, plastic drain inlets, and other necessary components to
provide positive drainage to the gutter flowline shall be included as a part of the work.
Item No. 50 Construct Cross Gutter: Work under this item shall include sawcut,
removal, disposal of existing roadway, backfill, base, compaction, and the construction
of PCC cross gutter per City STD - 185 -L, and all other work necessary to complete the
work in place.
9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for
mobilization and traffic control shall be made in accordance with Section 10264 of the
California Public Contract Code."
0
PART 2
CONSTRUCTION MATERIALS
• SP 20 OF 29
SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement
Concrete for the work shall be Class 560 -C -3250. No recycled materials shall be
allowed."
201 -2 REINFORCEMENT FOR CONCRETE
201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be
Grade 60 billet steel conforming to ASTM A 615.
201 -5 CEMENT MORTAR
201 -5.1 General. Cement mortar shall consist of Portland cement, sand, and
water. Cement and sand shall first be combined in the proper proportions, and then
thoroughly mixed with the required amount of water.
SECTION 207 -- -PIPE
207 -2 REINFORCED CONCRETE PIPE (RCP)
207 -2.1 General. All RCP's to be installed for the work shall be of the "spun" type
and shall be so certified.
207 -2.5 Joints. Add to this section: "All storm drain joints shall be sealed with an
external joint sealer. The joint sealer shall consist of a reinforced collar composed of
rubberized mastic formulated to bond into the pores of the concrete. The joint sealer
shall also have embedded steel straps. All joint sealers shall function identically to Mar
Mac "Mac Wrap." The Mar Mac Manufacturing Company may be contacted at (800)
845 - 6962."
SECTION 214 - -- PAVEMENT MARKERS
214 -4 NONREFLECTIVE PAVEMENT MARKERS
Add to this Section: "All new non - reflective pavement markers types A and AY
shall be ceramic."
214 -5 REFLECTIVE PAVEMENT MARKERS
• • SP 21 OF 29
Add to this Section: "All new reflective pavement markers shall have glass- covered
reflective faces or be 3M Series 290 and have thermo plastic paint."
SECTION 215 -- -STORM DRAIN FILTERS
215 -1 GENERAL
All filters shall be Series C01414 as manufactured by "Asbury Environmental Services"
located at 2100 N. Alameda Street, Compton, CA 90222. They can be reached at (310)
974 -4495.
SECTION 216 - -- CONSTRUCTION ADVISORY SIGN
216 -1 GENERAL
Per detail enclosed within these Special Provisions Exhibit 15 -1. However, the sign
supports may be fabricated with lumber.
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
300 -1.3.1 General. Add to this section: `The work shall be done in accordance
with Section 300 -1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
will remove any broken concrete, debris or other deleterious material from the job site at
the end of each workday. All areas of roadway removal and replacement shall have a
minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet
with the Engineer to mark out the areas of roadway removal and replacement.
300 -1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." And replace the words "1 1/2 inch" of the last
sentence with the words "two (2) inches ".
• • SP 22 OF 29
300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that crushes such materials
for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a
sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer on a form provided by the Engineer and provide
appropriate confirmation documentation from the recycling facility.
SECTION 302 - -- ROADWAY SURFACING
302 -5 ASPHALT CONCRETE PAVEMENT
302 -5.1 General. Add to this section: `The asphalt concrete (A.C.) used shall be
III -C3 -AR -4000. No recycled materials will be allowed for this project. All cracks 1/8 -inch
or greater in width shall be cleaned and sealed with a hot - applied crack sealant
approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall
be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall
then be cleaned with a power broom."
302 -5.4 Tack Coat. Add to this section: `Prior to placing the asphalt concrete
patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one —
tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and
P.C.C. surfaces and edges against which asphalt concrete is to be placed."
SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION
303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303 -5.1 Requirements
303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall
be opened to pedestrian access on the 3rd day following concrete placement. In
addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or
patchback shall be placed within 48 hours following concrete placement. Newly poured
P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until
the concrete has cured to a minimum strength of 2,000 psi."
303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb
markings that indicate sewer lateral or water valve location on the face of the curb. The
Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X"
for water valve locations. "X" shall indicate the number of feet from the curb face to the
• • SP 23 OF 29
valve. To determine the location of sewer laterals and water services, the Contractor
must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 - 3402."
SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS
307 -4 TRAFFIC SIGNAL CONSTRUCTION
307 -4.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop
detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -5B and shall be
Type A or Type E. The new loop detectors shall be installed within the pavement final
course.
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer within five consecutive working days of pavement final course placement.
SECTION 310 - -- PAINTING
310 -5 PAINTING VARIOUS SURFACES
310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to
read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor
shall be responsible for the completeness and accuracy of all layout alignment and
spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment
shown on the plans. The Contractor shall mark or otherwise delineate the new traffic
lanes and pavement markings within 24 hours after the removal or covering of existing
striping or markings. No street shall be without the proper striping over a weekend or
holiday. Stop bars shall not remain unpainted overnight."
310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic
striping and markings shall be applied in one coat, as soon as possible and within 24
hours after the finish course has been applied.
Paint for temporary traffic striping and pavement markings shall be white Formula No.
2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured
by Morton. These temporary paints shall be applied at 15 mils wet.
The final striping for all painted areas shall be sprayable reflectorized thermoplastic.
The sprayable reflectorized thermoplastic pavement striping shall not be applied until
the paving has been in place for at least 15 days. The thermoplastic shall be applied at
0.45 mm minimum thickness for all striping except crosswalks and limit lines — which
shall be 0.90 mm minimum thickness.
• • SP 24 OF 29
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of
work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and
re- notify the affected residents, at the Contractor's sole expense. In addition, if the
Contractor removes /covers /damages existing striping and /or raised pavement markers
outside of the work area, he shall re- stripe /replace such work items at no cost to the
City.
The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer,
temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is
more than one lane in any one direction, for more than three consecutive calendar
days. Dependent upon construction phasing, the Engineer may require the Contractor
to apply two applications of paint to maintain adequate delineation on base pavement
surfaces, at no additional cost to the City."
SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL
312 -1 PLACEMENT. Amend this section with:
1. The location of raised pavement fire hydrant marker shall conform to the City of
Newport Beach Standard Plan No. STD - 902 -L.
2. The Contractor shall install raised pavement markers until after the pavement
finish course has been placed for at least 15 days."
PART 4
SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS
400 -2.1 General
400 -2.1.1 Requirements. Add to this section: "The Contractor shall use crushed
aggregate base as the base material."
• • SP 25 OF 29
PART 6
SECTION 600 -- MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES
600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET
PROCESS
600 -2.1 Asphalt- Rubber
600 -2.1.1 General. Add to this section: "Asphalt- rubber shall be type B."
600 -2.6 Asphalt- Rubber Hot Mix Gap- Graded
600 -2.6.3 Rolling. Add to this section: "Asphalt- Rubber Hot Mix Gap Graded
material shall be compacted at or above 290 degrees Fahrenheit. Due to this
requirement, the Contractor shall maintain three large self - propelled, vibrating steel
wheel rollers, in working condition, on site to facilitate the initial breakdown rolling and
intermediate rolling. The third roller will act as a stand -by in case of breakdown by one
of the other rollers. Rubber tire rollers are not permitted. A minimum relative
compaction of 95 percent is required. For each percentile less than the required 95
percent compaction the unit price for Item No. 40, Construct 2 -Inch Thick Asphalt
Rubber Pavement, payment will be reduced by 10 percent. Any areas of roadway that
does not have 90 percent relative compaction shall be removed, reinstalled and
properly compacted at the Contractor's sole expense."
C pi
pl J
Q
• 0
s`
0
o
5%
�a
—rn— —ro -
T�
V/
r
3
Exhibit 15.1
m
Ri
N
y
o0
a m
aaaiiiQ
�
C
�F
J
Q
s`
0
o
5%
�a
—rn— —ro -
T�
V/
r
O�
.09
A
SP 26 OF 29
X
T
a)
owo
0
U
U
�O
L.
LL
m
x
a
b
2
h
co
L.
NLL
:4-0
o
U
U
o
o
"
�
-0
J
.,.�
w
C/)
w
j
��
IO
O�
.09
A
SP 26 OF 29
X
T
a)
owo
0
U
U
�O
L.
LL
m
x
a
b
2
h
2° !!
�
|■
9
{
\0
!�
k
/
�.
d
\ ` ■ƒa
22 !
t& R
SP 27 of G
is
§ \72f U
$ l!
.; 7 f
fn -0
w
a
&
§
\ _
. }{
§
/§
�§
�.w
&
§
\ _
. }{
§
I , v r
� t
H
m
g ' E
r � m
E
e
d
I
•
A
N
I
m
o
ptfq
l0
t
io
JK
JK
T
Q .X
tu-
b W
E
LL
ay
0
U
F-'
S
s
�Gm m
m �
SP28OF29
a
u
O
M
S
0 m q
tp N C
O d O
CD O O
X sib
x
Em€� b
90 .0
e
I
I
I
m
o
ptfq
l0
t
io
JK
JK
T
Q .X
tu-
b W
E
LL
ay
0
U
F-'
S
s
�Gm m
m �
SP28OF29
a
u
O
M
S
0 m q
tp N C
O d O
CD O O
X sib
x
Em€� b
90 .0
e
Wood Pc
Flat Washer
nut and jam
Frnm;n momhor
TYPICAL BOLT INSTALLATION
DETAIL B
WELD DETAIL
Detail C
n Panel
SP 29 OF 29
IJ8e hex head bolt
Flat washer
Fiber washer
FMet weld all around in and
out on material Y and larger.
CuNd beads flush from and back.
weld wound outslds only on
14 material.
For rectangular luting, weld
all around end grind where
weld contacts sign panel.
SHEET 4 OF 4
I ° ► •
1
ZZ145'b�
L
o� 45°
^r I 5 1 8.
TYPICAL LAYOUTS FOR HI -VIS X -WALK
NOT TO SCALE
�]
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
C31' )
Agenda Item No. 8
December 17. 2002
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUN IL SYTHECITYCOUNCI
CITY OF NEWPORT BEAD
FROM: Public Works Department t _
Fong Tse
949 -644 -3340 '
ftse@city.newport-beach.ca.us
SUBJECT: NEWPORT BOULEVARD /BALBOA BOULEVARD ROADWAY AND
STORM DRAIN REHABILITATION - AWARD OF CONTRACT NO. 3373
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Award Contract No. 3373 to Sully Miller Contracting Company for the Total Bid
Price of $1,767,365, and authorize the Mayor and the City Clerk to execute the
contract.
3. Establish an amount of $176,735 to cover the cost of unforeseen work and
materials testing.
DISCUSSION:
At 11:00 AM on November 27, 2002, the City Clerk opened and read the following bids
for this project:
BIDDER TOTAL BID AMOUNT
Low Sully Miller Contracting Company of Anaheim $1,767,365.00
2 All American Asphalt of Corona $1,881,532.00
3 Sequel Contractors, Inc. of Santa Fe Springs $1,882,200.00
4 Hillcrest Contracting, Inc. of Corona $1,890,404.00
5 GCI Construction, Inc. of Costa Mesa $1,993,750.00
6 Excel Paving Company of Long Beach $2,152,992.00
Upon a review of the bids, staff discovered that three (3) of the submitted bids contained
clerical errors in their computations. The corrected actual bid amount (as denoted by "t ")
and the bid standing are revised as shown below.
Subject: NEWPORT BOULEVA ALBOA BOULEVARD ROADWAY AND STOODRAIN REHABILITATION —
Award of Contract No. 3373
Date: December 17, 2002
Page: 2
BIDDER
Low Sully Miller Contracting Company
2 Sequel Contractors, Inc.
3 Hillcrest Contracting, Inc.
4 All American Asphalt
5 GCI Construction, Inc.
6 Excel Paving Company
ACTUAL BID AMOUNT
$1,767,365
$1,882,200
$1,890,404
$1,891,532*
$1,994,950*
$2,376,488*
The low total bid amount is twenty -two percent below the Engineer's Estimate of
$2,280,000. The disparity between the Engineer's estimate and the low total bid
amount is mainly due to the lower Mobilization, Excavation, Glass Grid, and concrete
prices bid. The low bidder, Sully Miller Contracting, possesses a General Engineering
Classification "A" contractor's license as required by the project specifications. Sully
Miller recently satisfactorily completed the City's similar Balboa Boulevard roadway and
storm drain rehabilitation project from Medina Way to 12th Street.
The work, which includes both Newport Boulevard and Balboa Boulevard from 16th
Street to 26th Street, provides for the construction /installation of the following:
• 242,000 square feet of roadway
• 100,000 square feet of Glasgrid pavement reinforcing fabric
• 23,500 square feet of sidewalk
• 3,000 square feet of driveway approaches
• 3,000 linear feet of 2 -foot wide median gutter
• 5,000 linear feet of curb and curb and gutter
• 15 curb access ramps
• 2,000 linear feet of storm drains
• 13 curb inlets
9 junction structures
• 1,000 linear feet of PVC irrigation piping stubs among other work items
The storm drain improvements will replace an existing deteriorated 12 -inch diameter
corrugated metal pipe below the existing medians; improve the drainage on Balboa
Boulevard through the installation of new catch basins and reinforced concrete storm
drain pipes; and eliminate the numerous ponding areas that result from storm and
nuisance water.
The roadway reconstruction will facilitate drainage by improving and correcting the
cross slope of the roadway, eliminating problems associated with numerous trench and
pavement settlements, pavement cracking, and uplifted concrete roadway slabs, and
providing a smoother and quieter ride surface for the motorists. The existing sidewalks
from 16 Street to 21St Street will be widened along with the construction new concrete
curbs and gutters. In addition, the existing Newport Boulevard eastbound curb and
sidewalk between 23rd Street and 26th Street along the City's "26th Street Parking Lot"
will be realigned to provide the necessary space needed to accommodate a new 2 -way
turn-left pocket to improve traffic circulation and turning movements in the area.
21
Subject: NEWPORT BOULEVAOALBOA BOULEVARD ROADWAY AND STORDRAIN REHABILITATION —
Award of Contract No. 3373
Date: December 17, 2002
Page: 3
In order to minimize inconvenience to the community, Sully Miller is required to
complete all construction work and install temporary pavement striping within 100
workdays. After a 15 -day waiting period for the moisture of the new asphalt pavement
to reach the desired level, Sully Miller will return to the site for approximately one week
to install the permanent pavement striping and markings.
Traffic control requirements stipulate the following:
• At least one lane in each travel direction shall be maintained between 9 a.m. and
3 p.m. on workdays
• At least fifty- percent of the existing parking spaces and two lanes in each travel
direction shall be maintained during non -work hours
• The traffic lanes and on- street parking spaces in the vicinity of the
Mixmaster /McFadden Square shall remain open between 11 a.m. and 1 p.m. on
work days so as to minimize inconvenience for patrons visiting the area
restaurants
This project was approved by the Orange County Transportation Authority for
competitive Federal Arterial Highway Rehabilitation Program (AHRP) funds. The
funding obligation and reimbursement from the Federal Highway Administration are
processed through Caltrans.
Environmental Review: Per Federal funding requirements, a negative archaeological
and historic /cultural study and report was completed for this project. A categorical
exemption was issued for the work. No other environmental reviews were required.
Funding Availability: There are sufficient funds available in the following accounts for
the work:
Account Description
Gas Tax
Measure -M Turnback
AHRP
AB2928
Storm Drain Improvements
Sidewalk and Curb and Gutter
Pre par b
i
Fo Tse
Associate Civil Engineer
Attachments: Project Location Map
Bid Summary
Account Number
Bid Amount
Contingency
7181- C5100593
-0-
$125,303
7281- C5100593
$413,022
-0-
7285-05100593
$514,321
$51,432
7191- C5100593
$363,000
-0-
7012-05100008
$400,000
-0-
7013- C5100020
$77,022
-0-
Total:
$1,767,365
$176,735
Submitted
Badum
s Director
z
O
F-
Q
U
O Z
J � O
H
= J_
p U
J W m
CD Q
w
orf
2 0
ra U
C Q J
CD m
cy")
C0 a f7
00
z
1S
Z U
1S Q
�0Z F—
Q Z
r O
yo�v 0 U
V, 6jo Q
s�z N m
NEWPORT �s Q
J
oP rs Q
0P�0 O r oar OF,PG�' I-
s
O.s �s2 o w
O �s �y2 / p Z
Z
�2 W
W
J
n
1
PROFESSIONAL SERVICES AGREEMENT
FOR
NEWPORT BOULEVARD FROM 26T11 STREET TO 16TH STREET AND
BALBOA BOULEVARD FROM 12TH STREET TO MEDINA WAY
THIS AGREEMENT, entered into this - day of _, c 2000, by and
between CITY OF NEWPORT BEACH , a Municipal Corporation (hereinafter referred to
as "City "), and KFM Engineering, Inc., whose address is 26632 Towne Centre Drive,
Suite 240, Foothill Ranch, California, 92610, (hereinafter referred to as "Consultant'), is
made with reference to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City is planning to implement improvements to Newport Boulevard and
Balboa Boulevard hereinafter referred to PROJECT.
C. City desires to engage Consultant to provide professional engineering
services for roadway rehabilitation and drainage system improvements on
two Arterial Highway Rehabilitation Projects (AHRP): (1) Newport and
Balboa Boulevards from 26`h Street to 161' Street and (2) Balboa Boulevard
from 12'" Street to Medina Way upon the terms and conditions contained in
-1-
• s
this Agreement.
D. The principal member for the Consultant for the purpose of this Project is
Rick Kreuzer, P.E., President.
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant and
desires to contract with Consultant under the terms of conditions provided in
this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the 26th day of September 2000,
and shall terminate on the 30th day of September 2003, unless terminated earlier as set
forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as two Exhibit "A's" and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement shall not exceed the total contract price of
two hundred thirty one thousand five hundred eighty dollars ($231,580). The segment on
-2-
0 0
Balboa Boulevard from 12th Street to Medina Way is $115,520 and the segment on
Newport Boulevard from 26th Street to 16th Street is $116,060.
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
computer printing, postage and mileage.
3.2 Consultant shall submit monthly invoices to City payable by City within thirty
(30) days of receipt of invoice subject to the approval of City.
3.3 Consultant shall not receive any compensation for extra work without prior
written authorization of City. Any authorized compensation shall be paid in accordance
with the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses which
have been specifically approved in this Agreement, or specifically approved in advance by
City. Such cost shall be limited and shall include nothing more than the following costs
incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the services
which Consultant agrees to render pursuant to this Agreement which have
been approved in advance by City and awarded in accordance with the
terms and conditions of this Agreement.
B. Approved computer data processing and reproduction charges.
C. Actual costs and /or other costs and /or payments specifically authorized in
advance in writing and incurred by Consultant in the performance of this
Agreement.
1911
• •
4. STANDARD OF CARE
4.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant
represents and warrants to City that it has or shall obtain all licenses, permits,
qualifications and approvals required of its profession. Consultant further represents and
warrants that it shall keep in effect all such licenses, permits and other approvals during
the term of this Agreement.
4.2 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's work promptly, or delay or faulty performance by City,
contractors, or governmental agencies, or any other delays beyond Consultant's control
or without Consultant's fault.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultant's employees or agents to be the agents or
me
employees of City. Consultant shall have the responsibility for and control over the details
in means of performing the work provided that Consultant is in compliance with the terms
of this Agreement. Anything in this Agreement which may appear to give City the right to
direct Consultant as to the details of the performance of the services or to exercise a
measure of control over Consultant shall mean that Consultant shall follow the desires of
City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator, and any other agencies which may have jurisdiction or interest in
the work to be performed. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Rick Kreuzer, P.E. to be its Project
Manager. Consultant shall not bill any personnel to Project other than those personnel
identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior
written approval by name and specific hourly billing rate. Consultant shall not remove or
reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City's approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
-5-
Project on a timely basis as contemplated by this Agreement.
8. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under this Agreement
and the services shall be performed by Consultant in accordance with the schedule
specified below. The failure by Consultant to strictly adhere to the schedule may result in
termination of this Agreement by City, and the assessment of damages against
Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible
for delays which are due to causes beyond Consultant's reasonable control. However, in
the case of any such delay in the services to be provided for Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
8.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days after the start
of the condition, which purportedly causes a delay, and not later than the date upon which
performance is due. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays, which are beyond
Consultant's control.
8.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
either telephone, fax, hand delivery or mail.
9. CITY POLICY
Consultant will discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that the Project proceeds in a manner consistent with City goals and policies.
in
10. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
federal law, regulations and permit requirements and be subject to approval of the Project
Administrator and City Council.
11. PROGRESS
Consultant is responsible to keep the Project Administrator and /or his /her duly
authorized designee informed on a regular basis regarding the status and progress of the
work, activities performed and planned, and any meetings that have been scheduled or
are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all negligent acts or
omissions of Consultant, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Agreement, excepting only the
active negligence or willful misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing, any award of attorneys' fees in any action on
or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement of
-7-
work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
Agreement. Except workers compensation and errors and omissions, all insurance
policies shall add City, its elected officials, officers, agents, representatives and
employees as additional insured for all liability arising from Consultant's services as
described herein.
All insurance policies shall be issued by an insurance company certified to do
business in the State of California, with original endorsements, with Best's A- VII or better
carriers, unless otherwise approved by City Risk Manager.
A. Worker's compensation insurance covering all employees and principals of
Consultant, per the laws of the State of California.
B. Commercial general liability insurance covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance covering any owned and
rented vehicles of Consultant in a minimum amount of $1 million combined
F-3
single limit per accident for bodily injury and property damage.
D. Professional errors and omissions insurance which covers the services to
be performed in connection with this Agreement in the minimum amount of
one million Dollars ($1,000,000).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the work.
Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive liability insurance, that
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing comprehensive general and automotive liability
insurance to either Consultant or City with respect to the services of Consultant herein, a
waiver of any right of subrogation which any such insurer of said Consultant may acquire
against City by virtue of the payment of any loss under such insurance.
14. PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
0
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership orjoint- venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
Consultant shall, at such time and in such forms as City may require, furnish
reports concerning the status of services required under this Agreement.
16. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
-10-
confidential unless the release of information is authorized by City.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. City will provide access to and upon request of Consultant, provide one
copy of all existing record information on file at City and will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
schedule.
B. Provide blueprinting, copying and other services through City's reproduction
company for each of the required submittals. Consultant will be required to
coordinate the required submittals with City's reproduction company. All
other reproduction will be the responsibility of Consultant and as defined
above.
18. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Bill
Patapoff, City Engineer shall be considered the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator or his /her
authorized representative shall represent City in all matters pertaining to the services to
be rendered pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement. All such records shall be
-11-
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in the work accomplished by Consultant, the
additional design, construction and /or a restoration expense shall be borne by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
-12-
0 0
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted
without prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
postage prepaid, first class mail, addressed as hereinafter provided.
-13-
0
0
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
Bill Patapoff, City Engineer
City of Newport Beach
3300 Newport Boulevard
P. O. Box 1768
Newport Beach, CA, 92658 -8915
(949) 644 -3311
Fax (949) 644 -3318
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Attention: Rick Kreuzer, P.E.
President
KFM Engineereing, Inc.
26632 Towne Centre Drive, Suite 240
Foothill Ranch, CA 92610
(949) 580 -3838
Fax(949)580 -3837
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or if more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
party written notice thereof.
SCE
0
26.1 City shall have the option, at its sole discretion and without cause, of
terminating this Agreement by giving seven (7) days' prior written notice to Consultant as
provided herein. Upon termination of this Agreement, City shall pay to Consultant that
portion of compensation specified in this Agreement that is earned and unpaid prior to the
effective date of termination.
27. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition contained herein whether of the same or a
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of City. Since
Consultant has no control over the cost of labor and material, or over competitive bidding
-15-
0 0
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City.
31. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer in
responsible charge of the work. City agrees that Consultant shall not be liable for claims,
liabilities or losses arising out of, or connected with (a) the modification or misuse by City,
or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of
CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or
anyone authorized by City, of CADD data for additions to this Project, for the completion
of this Project by others, or for any other project, excepting only such use as is
authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to
indemnify Consultant for damages and liability resulting from the modification or misuse
of such CADD data.
All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file
format. All written documents shall be transmitted to the City in Microsoft Word 97 and
Microsoft Excel 97 and be consistent with Microsoft Office 97.
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
-16-
0 9
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
-.•
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
an
City of Newport
CONSULTANT
By:
Rick Kreuzer, P.E.
President
f : \usem\pbw\shared\agreemenfs \fy 00- 01 \kfm- balboa & medina way ahrp.doc
-17-
August 28, 2000
Mr. Bill Patapoff, P.E.
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92658
RE: Revised Proposal for Professional Engineering Services for Newport/ Balboa
Boulevard from 26"' Street to 16`" Street.
Dear Mr. Patapoff:
KFM appreciates the opportunity to submit this proposal. We believe we are very well qualified
for the subject project, having completed numerous roadway rehabilitation projects under the
AHRP program over the last three years.
Our proposal is formatted as follows:
Section 1.0 Project Overview
Section 2.0 Scope of Work
Section 3.0 Manhour Allocation
Section 4.0 Schedule
Section 5.0 Qualifications
Per the request of the RFP, we have enclosed our proposed fee in a separate sealed envelope.
Once again we appreciate the opportunity to be of further service to the City of Newport Beach.
If you have any questions regarding this proposal, please do not hesitate to give me a call.
ResReet9dily submitted:
Rick Kreuzer, P.E.
President
Ph: 949.580.3838
Ll
1.0 PROJECT OVERVIEW
0
The City of Newport Beach has solicited proposals for the design of improvements to Newport
Boulevard from 26th to 21st Street and to Balboa Boulevard from 21st to 16th Street. The
improvements will include the rehabilitation / reconstruction of the roadway and the construction
of drainage systems. Parkway improvements in the form of new curb and gutter, sidewalk, and
access ramps will be implemented, as warranted.
In preparation of this proposal, KFM has:
• Collected all as -built drawings for the project.
• Conducted a thorough field review of the project and developed a
comprehensive photo log to document existing site conditions.
• Collected and reviewed City drainage atlas sheets for the project
area.
• Obtained and reviewed the Pavement Report for Newport Boulevard
from 19th Street to 26th Street, prepared by OCPFRD.
• Discussed the project with City staff.
• Discussed the project with Steve Marvin of Labelle Marvin.
We believe these research efforts have given us a good understanding of the project
requirements and the key issues, as summarized below, which we believe will need to be
addressed for successful completion of the project.
KEYISSUES
INNOVATIVE REHABILITATION STRATEGIES
Innovative, cost effective solutions to improve the condition of the Newport and Balboa
Boulevard roadway sections will be our primary focus. As stated, the County of Orange has
completed a Pavement Report for the section of the project between 19th and 26th street. This
report calls for a combination of removals and grinding followed by A.C. deeplift sections (for
those areas removed) and a final 0.15 Asphalt Rubber Hot Mix (ARHM) cap. A 0.15' Tire
Modified Asphalt Concrete (TMAC) is also proposed as an alternative to the 0.15' ARHM cap.
KFM will be utilizing the services of Labelle Marvin (LM) for the preparation of a Pavement
Report for the remaining section of the project along Balboa Boulevard from 19th to 16th Street.
Additionally, LM will be reviewing the County data and recommendations for the 26th to 19th
segment and proposing additional strategies for consideration.
0
In order to arrive at a preferred rehabilitation strategy, two primary design elements need to be
considered. These elements are discussed on the following page.
Vertical Considerations — Many times the rehabilitation strategy which appears to be the
most cost effective solution at the onset does not result in the best long term solution.
As an example, a roadway which is in fair to poor condition may require a thicker overlay
on the order of 3 to 4 inches. While this approach may result in the best unit price
rehabilitation strategy, it may also result in much steeper roadway crossfalls and /or an
irregular roadway cross slope condition, neither of which results in a road with good
rideability. This is particularly important when you have a project which, like the project
at hand, consists of fairly irregular cross fall conditions and defined edge conditions
(curb and gutter both sides). This example serves to point out the critical
interrelationship between pavement improvement strategies and the vertical design
component of a project. In other words, a perfectly applicable solution, from a pavement
improvement perspective, may not be feasible if the vertical design criteria for the project
cannot be satisfied. KFM and Labelle Marvin understand this critical interrelationship,
having completed an excess of 20 roadway rehabilitation projects together over the last
5 years. We will work very closely on this project to develop the very best strategy for
improvement of Newport / Balboa Boulevard.
A specific concern with respect to the vertical design of the roadway will be the drainage
conditions at the east end of the project between 18th and 16th Street. As evidenced in
the photograph below, there are four inlets which are in the center of the eastbound
travelway.
During the design process, it will be imperative to reconstruct the crossfall of the
roadway in these areas to get the runoff to flow to the sides of the street and keep the
travelway as dry as possible. Once again, KFM will work closely with Labelle Marvin to
"marry" this vertical design issue to the proposed pavement improvement strategies.
Budget — Another important tool to obtaining the best improvement strategies for a
project is knowing the construction budget for a project. This "sets the bar' for us and
gives us a target number to improve upon.
• •
In summary, we cannot emphasize enough that the development of innovative and cost
effective improvement strategies are very much a collaborative effort between the engineer and
pavement specialists. KFM and Labelle Marvin bring this close working relationship as well as a
wealth of roadway rehabilitation design experience to the subject project.
DRAINAGE
Currently, the project area is drained by a network of inlets and pipes which outfall to the Bay at
five locations, summarized as follows:
• 30 inch CMP in 26th Street
• 15 inch RCP in 21St Street
• 24 inch PVC in 19th Street
• 12 inch ACP in 18th Street
• 18 inch CAP in 15th Street. Although outside the project limits, this outfall
pipe drains the project via a 12 inch CMP in Balboa Boulevard from 19th
Street to the east.
Improvement to the drainage system will be a critical component of the project. Improper
roadway drainage is one of the leading contributors to the degradation of a roadway surface. It
will be KFM's charge to improve the drainage situation in the project area. This will be
accomplished by upgrading existing underground and/ or constructing new underground
systems, including new inlets to get the surface run -off out of the travelway and to its outfall to
the Bay as efficiently as possible. KFM will accomplish this by completing a comprehensive
Hydrology and Hydraulic study which will determine the needed improvements. The scope of
work for this study is described in detail in Section 2.0 of this proposal.
CROSS SECTIONING
As evidenced by the preceding discussion, the vertical design component of this project is a
very key consideration. In Newport and Balboa Boulevards, we have roadways which are
relatively irregular with respect to crossfalls. Based upon our field review, we believe it is
imperative to obtain existing cross sections at a tighter than normal interval. We are proposing
to cross section the entire project at 25 foot intervals. Moreover, KFM will also obtain grid
elevations at all intersections to insure that the project drains properly and that all ponding areas
are eliminated. The attainment of complete and thorough survey information regarding the
existing vertical condition of the roadway will be critical to the development of a plan package
that will not result in "field fitting" during construction.
PROJECT ADMINISTRATION
This project is partly funded with AHRP funds. The AHRP program is subject to Federal
guidelines which are administered by Caltrans District 12. KFM Engineering is currently
processing 6 projects through this program. We understand the plan format requirements and
administrative aspects which are required for Federal projects. Further, we enjoy a very good
working relationship with the Caltrans Local Programs Administrator for the City of Newport
Beach, Mr. Talib Aziz. Mr. Aziz can attest to KFM's knowledge regarding the AHRP and
Federal funding process as a whole.
0 0
UTILITY COORDINATION
Utility coordination is a very important aspect of any project. KFM employs a very
comprehensive and detailed approach to coordinating with utility agencies.
PROJECT MANAGEMENT
No project is successful without effective project management. KFM engineering was founded
on the philosophy of providing hands -on, experienced, proactive project management on all
projects. This project will be no exception. Our proposed Project Manager, Rick Kreuzer, has
17 years of design and project management experience. He will not only be involved with
project management and oversight, but will also be involved in day to day design of the project.
We strongly encourage the City of Newport Beach to contact any of our client references cited
herein regarding Mr. Kreuzer's and the balance of KFM Teams' performance on past projects.
9
2.0 SCOPE OF WORK
Task 1— Data Collection
0
KFM shall collect and review all record information including, but not necessarily limited to, the
following:
• As -built drawings •
• Utility record drawings
• Right -of -way record maps "
• Assessors parcel maps'
• Benchmark information
• Centerline intersection ties
• Drainage Index Maps'
• County Materials Report '
` denotes information already gathered by KFM in preparation of this proposal.
Task 2 — Field Survey
Field survey work shall consist of the following subtasks:
♦ HorizontalNertical Tie in centerline monumentation and run
bench loop.
♦ Aerial Control Set aerial targets and tie -in to horizontal /
vertical control.
♦ Cross Sections Survey cross sections will be taken at 25
foot intervals for the entire project stretch.
Elevations shall be obtained at centerline,
lane lines, grade breaks, lip of gutter,
flowline, top of curb and at existing
right -of -way.
♦ Monumentation Locate existing centerline monumentation
and reset with temporary points, as
required.
♦ Surface Topography Locations /elevations will be picked up for all
existing site features (manholes, valves,
pedestals, signs, etc.) within the proposed
right -of -way. This information will
supplement the aerial base sheets.
♦ Subsurface Information Sewer manholes and storm drain inlets,
catch basins and manholes will be dipped to
obtain accurate invert elevations. This
as -built information will be critical to
avoiding utility conflicts during construction.
0 0
Task 3 — Aerial Topographic Mapping
Aerial topographic mapping will be completed at 1 " =20' scale for the subject project. Mapping
will extend to a minimum of 20 feet beyond the roadway right -of -way. Contours will be depicted
at 1 foot intervals. All surface features such as manholes, valves, vaults and the like will be
depicted.
Task 4 — Base Mapping
Aerial mapping will be downloaded into KFM's CADD system. Utilizing information obtained
under Tasks 1 through 3, KFM will plot all property lines, street right -of -way lines, and
underground utility lines.
Task 5 — Field Reviews
The value of conducting thorough field reviews on a project cannot be underestimated. KFM
believes very strongly in walking our projects in the field throughout the base mapping and
design stages of a project to insure all design issues are considered. This task will be
particularly important on the subject project due to the variety of conditions which exist within
the project limits.
Thorough field reviews will be conducted by the KFM project team throughout the duration of
the project.
Task 6 — Utility Investigation and Coordination
Utility coordination will be ongoing throughout the duration of this project and will consist of the
following tasks:
♦ Obtain plans showing location and size of all utility lines and appurtenances
within the project area.
♦ Plot utility lines on Base Map (Task 4).
♦ Cross check plotted locations above with field review information to insure that
existing lines are shown in the proper location. Request potholing from utility
companies, as warranted.
♦ Upon finalizing the proposed roadway improvements, determine where potential
utility conflicts exist and where utility modifications are warranted.
♦ Coordinate with affected utility companies regarding conflicts, relocations and
improvements. Two (2) full sets of plans will be submitted for comment to each
utility agency concurrent with all KFM submittals to the City for plan check. All
correspondence with utility companies will be sent via certified mail.
Task 7 — Pavement Deflection Study
Labelle Marvin will complete a Pavement Deflection Study for the section of Balboa Boulevard
between 1gth Street and 16'h Street to determine the required roadway improvement
alternatives. This task will involve the following:
• Non - destructive pavement deflection data shall be gathered from each traveled lane
such that three sensor readings are recorded at each test location at select intervals.
0
0
Labelle Marvin, Inc., shall provide Road Rater, operator, recorder and traffic control
as necessary, to protect the traveling public and work force.
• During deflection testing operations, notes of visual pavement conditions and /or
distress, cross streets, presence or absence of curb and gutter, and other such
observations shall be logged.
Field data collected shall be returned to the Labelle Marvin office for processing
through their computer. This processing shall produce a typed tabulation of all data
and field notes thereon, which locate the intersections of cross streets, pertinent
landmarks, field conditions, etc. The tabulation shall include the reading of three
Road Rater sensors, as well as the conversion of Road Rater Sensor Number One
to an equivalent Traveling Deflectometer unit.
• An engineering review of test data to isolate or separate limits of similar deflection
response for statistical summary of data (providing the 80th percentile deflection)
shall be made.
• Prior to field sampling operations, Underground Service Alert will be notified, all test
locations marked, and a meeting held, if requested, with concerned utilities to
relocate test sites as necessary.
• Coring and boring of the in -site roadway materials shall be performed at a total of 12
locations to determine pavement thicknesses and to obtain subgrade materials for
further analysis. These corings will be taken to a depth of 3 to 4 feet. All sample
locations will be backfilled and patched. Labelle Marvin shall provide traffic control
during sampling operations.
• The in -place moisture content of the subgrade soil samples removed at each location
shall be determined. Individual or composite samples of subgrade material which
typify the materials encountered shall be selected and subjected to R -Value testing
for replacement section design.
• Using the traffic indices provided by the City and existing pavement thickness
information determined during current or previous coring operations, the 80th
percentile deflection response shall then be compared to known pavement models.
This comparison shall produce overlay requirements for a select design period in
accordance with Caltrans Test Method Number 356, and a service life reading
(Nominal Service Life) for the roadways studied.
A Registered Civil Engineer shall supervise all operations, review all completed data
and incorporate results of deflection testing and pavement conditions. Engineered
recommendations for alternate methods of pavement rehabilitation based upon
deflections and materials analysis shall be provided.
Task 8 — Hydrology and Hydraulic Study
The specific methodology KFM Engineering will implement to complete the hydrology and
hydraulic report for the subject project will consist of a series of steps, summarized as follows:
Step 1 Collect all existing as -built drawings, index maps, and hydrology /hydraulic
reports on file for the project area.
0 0
Step 2 Conduct a thorough field review to verify drainage boundaries, identify
overland flow direction and to verify existing pick -up points, including both
on -site (within public R/W) and off -site (private property) catchment points
(i.e., inlets, catch basins).
Step 3 Prepare a hydrology map for the existing drainage system. Hydrology
calculations will be prepared for a 10 and 25 year storm event using
AES -RATOC software. 10 and 25 year flows will be shown at all major
confluence locations as well as the outfalls to the Bay.
Step 4 Complete hydraulic calculations for the existing storm drain system for the
10 and 25 year flows. Calculations will be computed using WSPG
software. This step will serve to verify the existing drainage system
deficiencies.
Step 5 Prepare preliminary layout of proposed drainage system improvements,
including proposed catch basin locations.
Step 6 Prepare a hydrology map for the proposed drainage system identified
under Step 5. Complete hydrology calculations (10/25 year) including
catch basin /inlet hydrology.
Step 7 Complete mainline and catch basin hydraulic calculations to determine if
the proposed system improvements satisfy the City's street flooded width
criteria.
Step 8 Modify the proposed system improvements, as required, and complete
steps 5 through 7, until the hydraulic criteria are satisfied.
The result of Task 8 will be a Hydrology and Hydraulics Report which will be formatted as
follows:
1.0
INTRODUCTION
2.0
STUDY OBJECTIVE
3.0
METHODOLOGY
4.0
EXISTING CONDITIONS
5.0
SYSTEM DEFICIENCIES
6.0
PROPOSED IMPROVEMENTS
Appendix A - Existing System Hydrology Map and Calculations
Appendix B - Existing System Hydraulic Calculations
Appendix C - Proposed System Hydrology Map and Calculations
Appendix D - Proposed System Mainline Hydraulic Calculations
Appendix E - Proposed System Catch Basin Sizing and Street Flooded Width
Calculations
This document will be processed along with the Final PS &E for City approval.
Task 9 — Develop Improvement Strategy
The objective of this task is to formulate the improvement strategy for the project prior to
proceeding with final design. The improvement alternatives, along with the corresponding
0 0
construction estimates, will be presented to City staff for the purpose of identifying the preferred
strategy for implementation.
Based upon the alternatives identified in the Labelle Marvin report (Task 7) and the Hydrology
and Hydraulic Study (Task 8), in conjunction with our thorough field reviews, KFM will present a
series (probably on the order of three options) of alternatives for treatment of the roadway and
storm drain system.
With respect to roadway rehabilitation, these alternatives will consider options such as
traditional overlay; ARHM overlay; pulverize in- place /cement street/surface overlay; use of
geotextile fabrics and grids; SAMI; TMAC; and various combinations thereof. Cost estimates will
be developed to accompany each option presented to the City along with our recommendation
for the "optimum" treatment with due consideration given to the budgeting elements of the
project. The drainage improvement scenarios will consist of various rerouting /upsizing of
existing pipes (if necessary) and new storm drain line connections.
Task 10 — Geotechnical Boring Logs for Storm Drain Alignment
Based upon the final proposed storm drain alignment, KFM shall utilize the services of Constant
and Dickey (CDI) to perform geotechnical borings. These borings will be drilled to a depth of 10
feet. A log of borings will be developed to classify the subsurface materials encountered and to
identify the depth of groundwater. This information will be included in the project specifications
for the contractors use in prepartion of the project bid.
These borings will be no further apart than 500 feet. We have assumed that 5 borings will be
taken for this project.
Task 11— Final PS &E
Based upon the approved strategy resulting from Task 9, KFM will complete the construction bid
documents in the form of finals plans, specifications and estimates (PS &E). We envision the
following plan set:
Description
• Title Sheet ............... ...............................
Typical Sections ...... ...............................
• Details ..................... ...............................
• Roadway Plan & Profile ..........................
• Storm Drain Plan & Profile ......................
• Lateral Profiles ........ ...............................
• Striping Plans... ......................................
• Traffic Control... ......................................
• Cross Sections ........ ...............................
# Sheets
TOTAL .......................... 50 Sheets
Roadway plan and profile sheets will be prepared at 1 " =20' horizontal and 1 " =2' vertical scale.
The plans will depict all proposed roadway improvements, including the necessary
removal /replacement of existing curb and gutter to correct existing drainage deficiencies.
Replacement of traffic loops and inclusion of all required ADA improvements and new sidewalk
(if desired by City) will be depicted on these drawings. Also any required median modifications
0 0
will be included. Profiles will be shown for centerline /crown line, and north and south lips of
gutters. Any grade breaks within the roadway cross section will also be addressed.
Storm drain plan and profile will be prepared at V =20' horizontal and V =2' vertical scale.
Lateral profiles will be depicted on a separate sheet.
Striping plans will be completed at V =20' scale in double plan format.
Traffic control plans will be prepared at V =20' in double plan format for the "mixed master" area
only. Traffic control plans for all other areas of the project will be the contractors responsibility.
Cross sections will be prepared at 25 foot intervals at a scale of V =10' horizontal and V =1'
vertical. All existing and proposed elevations and street crossfalls will be shown.
All plans will be prepared using AutoCAD 14.
Specifications will be prepared in conformance with City of Newport Beach format.
Quantities and cost estimates shall be completed for the project and submitted with the plans
along with all project submittals. Cost estimates will be segmented to conform with the funding
programs for the project.
Task 12 — Project Coordination and Meetings
KFM shall provide all necessary coordination activities and attend all project related meetings
for the duration of the project. No additional compensation will be requested by KFM,
regardless of the number of meetings.
Task 13 — Federal Processing and Compliance
This project is partially funded under the Arterial Highway Rehabilitation Program (AHRP), a
program which is Federally funded and administered by OCTA with technical oversight
responsibilities resting with Caltrans Local Programs staff.
KFM shall complete the project PS &E in conformance with the guidelines for Federally funded
projects contained in the Caltrans Local Programs Manual and the "Reengineering" circular
dated July 1, 1995. Items of work under this task include:
• Conducting field reviews with Caltrans, as required.
• Certifying PS &E compliance.
• Conducting any required meetings with Caltrans to assure Federal and State
compliance.
• Obtaining all necessary permits required for the project.
• Obtaining FNM -76 approval for the project. In order to award a contract for
construction of the project, the City must receive FNM -76 approval from Caltrans.
This FNM -76 approval is obtained by submitting the bid documents and supporting
forms to the Caltrans local representative which are then reviewed and subsequently
approved, at which time the project can be advertised for construction bids. All
necessary work required to obtain this approval is included in our scope of work.
0
0
KFM has completed the design and obtained FNM -76 approval for 14 AHRP projects for various
Orange County municipalities in the last 3 years.
Task 14 — Bidding and Construction Support
This task shall include provision of bid addenda and /or plan clarifications, as well as attendance
at the project preconstruction meeting and other pertinent meetings. KFM shall also be
available to City staff during the construction period to answer questions and provide
clarification to plan and specification issues, as needed.
Task 15 — As -Built Drawings
Upon completion of construction, KFM shall complete as -built drawings for the project. One
hard copy set of plans (mylar), along with digital files will be delivered to the City upon
completion.
Task 16 — Reimbursables
KFM shall provide all reimbursables (mileage, printing, plotting, etc.) for the duration of the
project, excluding bid set reproduction which will be the responsibility of the City of Newport
Beach.
0
0
3.0 MANHOUR ALLOCATION
Exhibit A below summarizes the manhours, by task, estimated to complete the scope of work
outlined in Section 2.0 of this proposal.
CITY OF NEWPORT BEACH
NEWPORT/BALBOA BLVD.
from
26th to 161b
MANHOUR ALLOCATION
EXHIBIT A
TASK
......
KFM STAFF
_
PM P SUR—VEY.
TOTAL
KFM
WANHOURS
SUBS.
TOTAL
4
9
a
1. DATA COLLECTION
2. FIELD SURVEY
2
4
1
2
2
1
1
1
8
6
9
8
- HonwroalNertical Control
-Aerial Control
-Gros Seclions& Grids
40
42
9
25
13
42
--.-,.9
25
B
24
12
= Surface Topography
__
-Subsurface Infirrvatim
3. AERIAL TOPOGRAPHIC MAPPING
1
8
12
1
20
30
.13
31
20
4. BASE MAPPING
5. FIELD REVIEWS
6. UTILITY INVESTIGATION AND COORDINATJON
2
8
6
16
16
7. PAVEMENT DEFLECTION STUDY
4
52
4
110
114
52
8. HYDROLOGY & HYDRAULIC STUDY
24
40
9. DEVELOP IMPROVEMENT STRATEGY
16
24
12
4
10. STORM DRAIN GEOTECHNICAL BORINGS
4
36
40
7
IL FINAL P S & E
-Title Street (1)
1
2
7
- Typical Hal —secti-S (1)
- Details(2)
4
16
12
32
32
4
56
24
84
24
112
—
52
252
IV
—2-8 -
2
26
-- --
52
252
--- I
26
52
149
- Roadway Plan & Profile (7)
- Stereo Drain Plan & Profile (7)
28
56
49
— -- - - li
___ _12
— ----- 32
90
- Lateral
- Striping Plans (42..
2
4
—
12
16
-T-fliCC-t1olt1Ms(4)
Crow Sections (23)
23
16
4
46
12
li
-
- i i
149
—__-Specjfications
-Cost Eginute
28
16
28
32
28
16
28
32
12. PROJECT COORDINATION GS MEF �
16
13. FEDERAL PROCESSING& COMPLIANCE
4
16
BIDDING &CONSTRUCTION SUPPORT
4
8
18
18
14
NIA
---14.
15. AS-BUILT DRAWINGS
16. REIMBURSABLES
4
14
TOTAL MANIJOURS
245
426
428
981
y 1/97
176
1373
0
4.0 SCHEDULE
0
The project schedule is depicted graphically on Exhibit B on the following page. This schedule
has been developed based upon an assumed start date of September 5, 2000 and an assumed
agency review duration of five days each for the 50% and final reviews and a review duration of
10 days for the 100% design review. Significant project milestones are summarized as follows:
Notice to Proceed ........................ ............................... September 26, 2000
Submit PS &E for 50% Design Review .........................
December 12, 2000
Submit PS &E for 100% Design Review .. .........................January
16, 2001
Submit PS &E for Final Review ....... ...............................
February 13, 2001
PS &E Approved; Project Complete ...............................
February 27, 2001
d
7
W
m V
N
Q U
W�
a`
VAS
goo
zap
O Q N
�o
vzw
n
n °
°m
° u
O m W N N
M LL. p . 1
N
Z n
to
Q
2 Z ty
Q
n ►
O
O V
t°j U O
0 0 ^f
N n
a;
0 0 CIO "O OOIO 0 0 0 0 0 O�O:�� ' O
lA V LO (h N SIN �iN r ri lA lLo
O
c
2
O
O
O
T
T.
a'
0
0
O',
U' oI�
U
ti
.
R
N
4�0)'2—
I
U
U
U
N=
O
O
OO
.n
aaim
o
7
cu
CL
I
T
O h
n
n
n
Nj
E:
O
O
— (
N
N
o
15
y o
Jim
N
a;
0 0 CIO "O OOIO 0 0 0 0 0 O�O:�� ' O
lA V LO (h N SIN �iN r ri lA lLo
>:
ca a) > N.
C: �'
cu
>
c m !o
N N CL
of
N o N �
> 3 N
3 , m 3 '', o
LpiO0 N
W10 N W C Nit. =, >
❑' n > a3 > ,5 ii >' U o
E�i N �: L a) (j) N; d a
o Cr O o Er a o CL a
O T N T IT ¢
U N U U 00 W
> m -0 aa)i m a aC ' >�-0 a°i' RSI06
N C 7 m S ', 7 m N i l D) .� U)
C) iL cn ¢I, W;cn ¢ 1r; U) < Lila
V I
C
bA
:i
W
I
c
O
T
T.
a'
O',
U' oI�
U
.
R
N
4�0)'2—
I
U U
N °
a
T
N=
a•.
�I aTi
.n
aaim
co
7
cu
CL
I
T
O
NU I
Vp l
ca
Nj
E:
O
p j
— (
N
N
o
15
>:
ca a) > N.
C: �'
cu
>
c m !o
N N CL
of
N o N �
> 3 N
3 , m 3 '', o
LpiO0 N
W10 N W C Nit. =, >
❑' n > a3 > ,5 ii >' U o
E�i N �: L a) (j) N; d a
o Cr O o Er a o CL a
O T N T IT ¢
U N U U 00 W
> m -0 aa)i m a aC ' >�-0 a°i' RSI06
N C 7 m S ', 7 m N i l D) .� U)
C) iL cn ¢I, W;cn ¢ 1r; U) < Lila
V I
C
bA
:i
W
I
r •
5.0 QUALIFICATIONS
KFM Engineering, Inc. has assembled a Project Team which is knowledgeable and experienced
in all aspects of the subject project. The Project Team structure is illustrated on Exhibit C on the
following page. Personal resumes of the key team members identified are enclosed at the end
of this proposal section.
The Project Manager for the project will be Mr. Rick Kreuzer, P.E. Mr. Kreuzer is a Registered
Civil Engineer in California with 17 years of civil engineering experience, including three years
with the Orange County Environmental Management Agency as a construction inspector, one
year as a Project Engineer for a major Orange County contractor and the last eleven years as a
consultant. As the Project Manager, Mr. Kreuzer will have overall technical responsibility for the
project and will be the client's primary contact. He will also have "hands -on" involvement in the
day to day design of the project. His experience is well suited to this project, as summarized
below:
• 17+ years as a consultant with an emphasis in public works design.
Numerous storm drain, roadway widening, and reconstructiontrehabilitation projects
completed for various cities in Orange County over the past seventeen years.
• Extensive experience coordinating with utility companies.
3 years with OCEMA as field inspector on public works projects. He has a strong
understanding of the construction elements to be considered on a project of this type.
Recent street improvement projects similar in nature to the subject project which Mr. Kreuzer
has managed include:
PROJECT
CLIENT
CONSTRUCTION COST
Artesia Boulevard
Buena Park
$1,200,000
Fairview Road
Costa Mesa
$3,400,000
Yorba Linda Boulevard
Placentia
$1,200,000
Tustin Street
Orange
$1,100,000
Ortega Highway
San Juan Capistrano
$200,000
Del Obispo Road
San Juan Capistrano
$300,000
Katella Avenue
Anaheim
$18,000,000
MacArthur Boulevard
Newport Beach
$700,000
San Miguel Road
Newport Beach
$200,000
Taft Avenue
Orange
$1,500,000
�I
v~
F
m�
IL
{IL
Y
a
W
m
d
3
W
Z
O
0
L
d
W_
I
V4
Q
ui
FS2
d�
IC w
W
J
W
Z
7 �
J w
uY
W
4
W
f
0
Z."
U
� N
a�
�q
a
Z
d
d
O R,R
d
I�
� a
O
Q ti F,
agro
O �
0
o�
U
IL
IL
a
N
O
d
H
a
0
y
h
d
Y
a •
PROJECT
CLIENT
CONSTRUCTION COST
Main Street
Orange
$850,000
Imperial Highway
La Habra
$30,000,000
Lincoln Avenue
Anaheim
$800,000
Lake Forest Drive
OCPFRD
$3,000,000
Beach Boulevard
Huntington Beach
$1,100,000
Avenido Pico
San Clemente
$400,000
Marguerite Parkway
Mission Viejo
$700,000
Annual Resurfacing Program 94 -95
Dana Point
$500,000
Annual Resurfacing Program 94 -95
Dana Point
$600,000
Annual Resurfacing Program 94 -95
San Juan Capistrano
$600,000
Mr. Kreuzer will be assisted by Jeff Lund. His main area of expertise is in the design of street
widening and rehabilitation projects. Mr. Lund served as the Project Engineer for the vast
majority of the projects listed above. Mr. Lund's experience includes 8 years as a
Design /Project Engineer. Prior to that, Mr. Lund served 5 years as a project inspector for the
City of Santa Barbara where he was responsible for field inspection /oversight of all City roadway
and storm drain improvement projects.
Ed Miller, P.E. will be responsible for the design of the traffic elements of the project, including
the development of striping and traffic control plans. Mr. Miller has 16 years of experience in
transportation /traffic design. He also has extensive experience processing Federally funded
projects through Caltrans.
The field surveying for the project will be under the direction of Ted Krull, L.S. Mr. Krull serves
as KFM's survey party chief. He is a Registered Land Surveyor in the State of California with
over 22 years of professional experience.
Arrowhead Mapping of San Bernardino will supply the aerial mapping for the project. They have
worked extensively with KFM over the last 5 years.
Steve Marvin, P.E. of Labelle -Marvin will oversee the pavement deflection study work on the
project. Mr. Marvin is widely recognized as the leading authority regarding pavement analysis
and engineering. Labelle -Marvin has worked on numerous projects with KFM in the past,
including most of the projects mentioned herein.
Brian Constant, P.E. of Constant and Dickey (CDI) will oversee the drilling and development of
boring logs for the proposed storm drain alignment. CDI is currently working on multiple
projects as a subconsultant to KFM.
0
CITY OF NEWPORT BEACH
NEWPORTMALBOA BLVD.
from
26th to 16th
FEESCREDULE
EXHIBIT A
TASK
KFM STAFF
is-1-15T, 11-81) '---(vo)--r—(wo)
J�M EE.- -L--cAwO---LsuRyu
2- -2---
TOTAL
KFM
wANHOURs
LUMP
Sum
TOTAL
1. DATA COLLECTION
2. FIELDSURVEY
4
- Hmizmta]Nenical Control
6
40
9
24
12
8
$1,250
-Aerial Control
-Cross Sectims & Grids
2
2
1
1
1
----
42
9
25
13
$7,030_
S
Mmtmentatim
Subsurface Information
$4.195
$2.155
3. AERIAL TOPOGRAPHIC MAPPING
4
9
24
--
i
36
20
16
!i--150
$10,300
$3,265
$2,820
$1,940
$1,330
$10,760
$7.840
$4.720
12,960
$565
$2,660
$4,180
521,420
$11.340
$2,320
--$2,090
$4,060
$12,155
$2,860
S1,480
$2.860
52,660
4. BASE MAPPING
a
12
5. FIELD REVIEWS
6. UTILITY INVESTIGATION AND COORDINATION
2
8
6
7. PAVEMENT DEFLECTION STUDY
4
40
24
4
8. & HYDRAULIC STUDY
24
24-
IZ
88
32
4—
7
32
52
252
132
28
.26
52
149
28
16
28
37
18
$2,500
-
12,000
9. DEVELOP IMPROWMEN-T STRATEGY
- - IR- ---
10. STORM 6EUTECHMC kL BORINGS
11, FINAL PS&E
16
4
Title Sbeet
-Typical
Du
ROadwa Plan &Profile 7) M160) — -------- ... .....
1
4 —
56
28
—4
4
23
16
4
2
16
-------- ...
24
84
56
4
_12
24
112
48
—12—
12
32
so
12
Dmin Pin & Profile Q
- jweml ProrjlSsQ) . .....
12.
12
16
46
12
U
12
16
-Striping Pians (4)
- Tmffic Cmtrd Plana (4)
--Cross Section Q3
Specifications
Cost Estimate
12. PROJECT COORDINATION iMEETINdS
16
4
13, FEDERAL PROCESSING& COMPLIANCE
14, BIDDING & CONSTRUCTION SUPPORT
8
$1,560
'130
$2,000
AS -BUILT DRAWINGS
REIMBURSABLFS
2
4
TOTAL MANHOURS
TOTAL COSTS
. .........
S ,9551
I 28 -
245
$28,175
426
536,210
42 - 8
$32.100
_$16,660
...
F$17.950
LESS 10% ........... ............... $12,896
TOTAL FEE ....................... $116,060
0
EXHIBIT B
KFM ENGINEERING, INC.
SCHEDULE OF HOURLY BILLING RATES
Rates Effective through December 31, 2000
OFFICE PERSONNEL:
Typists, Word Processors ....................... ............................... $ 30.00 /Hr.
Technician ............................................... ..............................$ 45.00 /Hr.
Design Engineers / CADD Operators ...... ............................... $ 70.00 /Hr.
Project Engineers .................................... ............................... $ 85.00 /Hr.
Project Managers .................................... ............................... $ 115.0011-1r.
FIELD PERSONNEL:
Two -Man Survey Party,
including Truck and Equipment.....
Three -Man Survey Party,
including Truck and Equipment.....
SUPPORT & MISCELLANEOUS COSTS:
....... ............................... $ 135.00/Hr.
........ ............................... $ 170.00 /Hr.
C.A.D.D. Work Station / Plotter .................. ..............................$
25.00 /Hr.
Computer time ........................................ ...............................
$
16.00 /Hr.
Telefax..................................................... ..............................$
2.00 /Pg.
Electronic Distance Measuring Equipment (E.D.M.) ...............
$
55.00 /Day
Survey Trucks ......................................... ...............................
$
0.50 /Mile
Other Vehicles ........................................ ...............................
$
0.30 1Mile
Outside services and consultants are billed at direct costs plus 15 %. Blueprints,
reproduction, messenger service, subsistence, travel and other expenses are billed at
direct cost plus 10 %. Terms are net 30 days with 11/2% per month interest charges.
The above schedule is for straight time hours.
+ KFM
�XN1�tT "Pr''
August 28, 2000
Mr. Bill Patapoff, P.E.
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92658
RE: Revised Proposal for Professional Engineering Services for Balboa Boulevard
Improvements from 12th Street to Medina Way.
Dear Mr. Patapoff:
KFM appreciates the opportunity to submit this proposal. We believe we are very well qualified
for the subject project, having completed numerous roadway rehabilitation projects under the
AHRP program over the last three years.
Our proposal is formatted as follows:
SECTION 1.0 ............PROJECT OVERVIEW
SECTION 2.0 ............SCOPE OF WORK
SECTION 3.0 ............MANHOUR ALLOCATION
SECTION 4.0 ............SCHEDULE
SECTION 5.0 ............QUALIFICATIONS
Per the requirements of the RFP, we have enclosed our proposed fee in a separate sealed
envelope.
Once again, we appreciate the opportunity to be of further service to the City of Newport Beach.
If you have any questions regarding this proposal or require additional information, please do
not hesitate to give me a call.
Respectfully submitted:
Rick Kreuzer, P.E.
President
Ph: 949.580.3838 F,>Y: 949.::8(!. 3153,
1.0 PROJECT OVERVIEW
0
The City of Newport Beach has solicited proposals for the design of improvements to Balboa
Boulevard from 12'" Street to Medina Way. The improvements will include the
rehabilitationtreconstruction of the roadway and the construction of drainage systems. Parkway
improvements in the form of new curb and gutter, sidewalk, and access ramps will be
implemented, as warranted.
In preparation of this proposal, KFM has:
• Collected all as -built drawings for the project.
• Conducted a thorough field review of the project and developed a
comprehensive photo log to document existing site conditions.
• Collected and reviewed City drainage atlas sheets for the project
area.
• Discussed the project with City staff.
• Discussed the project with Steve Marvin of Labelle Marvin.
We believe these research efforts have given us a good understanding of the project
requirements and the key issues, as summarized below, which we believe will need to be
addressed for successful completion of the project.
KEYISSUES
INNOVATIVE REHABILITATION STRATEGIES
Innovative, cost effective solutions to improve the condition of the Balboa Boulevard roadway
section will be our primary focus. KFM will be utilizing the services of Labelle Marvin (LM) for
the preparation of a Pavement Report for the project.
In order to arrive at a preferred rehabilitation strategy, two primary design elements need to be
considered, summarized as follows:
e Vertical Considerations — Many times the rehabilitation strategy which appears to be the
most cost effective solution at the onset does not result in the best long term solution.
As an example, a roadway which is in fair to poor condition may require a thicker overlay
on the order of 3 to 4 inches. While this approach may result in the best unit price
rehabilitation strategy, it may also result in much steeper roadway crossfalls and /or an
irregular roadway cross slope condition, neither of which results in a road with good
rideability. This is particularly important when you have a project which, like the project
at hand, consists of fairly irregular cross fall conditions and defined edge conditions
(curb and gutter both sides and raised medians in the center). This example serves to
0 0
point out the critical interrelationship between pavement improvement strategies and the
vertical design component of a project. In other words, a perfectly applicable solution,
from a pavement improvement perspective, may not be feasible if the vertical design
criteria for the project cannot be satisfied. KFM and Labelle Marvin understand this
critical interrelationship, having completed an excess of 20 roadway rehabilitation
projects together over the last 5 years. We will work very closely on this project to
develop the very best strategy for improvement of Balboa Boulevard.
A specific concern with respect to the vertical design of the roadway is that a large
portion of the subject project area drains to the raised median area in the center of the
road where it is picked up by inlets in the median. This condition is depicted in the
photographs below:
q
� kca
During the design process, KFM will investigate the potential for reconfiguring the
crossfall of the roadway to drain entirely (or primarily) toward the sides where there is
more room available to accommodate flooding in the street and to relieve flooding in the
#1 lanes adjacent to the median. Once again, KFM will work closely with Labelle Marvin
to "marry' this vertical design issue to the proposed pavement improvement strategies.
Budget — Another important tool to obtaining the best improvement strategies for a
project is knowing the construction budget for a project. This "sets the bar" for us and
gives us a target number to improve upon.
In summary, we cannot emphasize enough that the development of innovative and cost
effective improvement strategies are very much a collaborative effort between the engineer and
pavement specialists. KFM and Labelle Marvin bring this close working relationship as well as a
wealth of roadway rehabilitation design experience to the subject project.
DRAINAGE
Currently, the project area is drained by a network of inlets and pipes which outfall to the Bay at
two locations, summarized as follows:
12 inch CAP in 11'" Street
18 inch CAP in 10'" Street
Improvement to the drainage system will be a critical component of the project. Improper
roadway drainage is one of the leading contributors to the degradation of a roadway surface. It
will be KFM's charge to improve the drainage situation in the project area. This will be
0 0
accomplished by upgrading existing underground and/ or constructing new underground
systems, including new inlets to get the surface run -off out of the travelway and to its outfall to
the Bay as efficiently as possible. KFM will accomplish this by completing a comprehensive
Hydrology and Hydraulic study which will determine the needed improvements. The scope of
work for this study is described in detail in Section 2.0 of this proposal.
CROSS SECTIONING
As evidenced by the preceding discussion, the vertical design component of this project is a
very key consideration. Balboa Boulevard is a roadway which has a relatively irregular crossfall
condition. Based upon our field review, we believe it is imperative to obtain existing cross
sections at a tighter than normal interval. We are proposing to cross section the entire project at
25 foot intervals. Moreover, KFM will also obtain grid elevations at all intersections to insure
that the project drains properly and that all ponding areas are eliminated. The attainment of
complete and thorough survey information regarding the existing vertical condition of the
roadway will be critical to the development of a plan package that will not result in "field fitting"
during construction.
PROJECT ADMINISTRATION
This project is partly funded with AHRP funds. The AHRP program is subject to Federal
guidelines which are administered by Caltrans District 12. KFM Engineering is currently
processing 6 projects through this program. We understand the plan format requirements and
administrative aspects which are required for Federal projects. Further, we enjoy a very good
working relationship with the Caltrans Local Programs Administrator for the City of Newport
Beach, Mr. Talib Aziz. Mr. Aziz can attest to KFM's knowledge regarding the AHRP and
Federal funding process as a whole.
UTILITY COORDINATION
Utility coordination is a very important aspect of any project. KFM employs a very
comprehensive and detailed approach to coordinating with utility agencies.
PROJECT MANAGEMENT
No project is successful without effective project management. KFM engineering was founded
on the philosophy of providing hands -on, experienced, proactive project management on all
projects. This project will be no exception. Our proposed Project Manager, Rick Kreuzer, has
17 years of design and project management experience. He will not only be involved with
project management and oversight, but will also be involved in day to day design of the project.
We strongly encourage the City of Newport Beach to contact any of our client references cited
herein regarding Mr. Kreuzer's and the balance of KFM Teams' performance on past projects.
2.0 SCOPE OF WORK
Task 1— Data Collection
0
KFM shall collect and review all record information including, but not necessarily limited to, the
following:
• As -built drawings *
• Utility record drawings
• Right -of -way record maps
• Assessors parcel maps
• Benchmark information
• Centerline intersection ties
• Drainage Index Maps *
* denotes information already gathered by KFM in preparation of this proposal.
Task 2 — Field Survey
Field survey work shall consist of the following subtasks:
♦ HorizontalNertical Tie in centerline monumentation and run
bench loop.
♦ Aerial Control Set aerial targets and tie -in to horizontal /
vertical control.
♦ Cross Sections Survey cross sections will be taken at 25
foot intervals for the entire project stretch.
Elevations shall be obtained at centerline,
lane lines, grade breaks, lip of gutter,
flowline, top of curb and at existing
right -of -way.
♦ Monumentation Locate existing centerline monumentation
and reset with temporary points, as
required.
♦ Surface Topography Locations /elevations will be picked up for all
existing site features (manholes, valves,
pedestals, signs, etc.) within the proposed
right -of -way. This information will
supplement the aerial base sheets.
♦ Subsurface Information Sewer manholes and storm drain inlets,
catch basins and manholes will be dipped to
obtain accurate invert elevations. This
as -built information will be critical to
avoiding utility conflicts during construction.
9 0
Task 3 — Aerial Topographic Mapping
Aerial topographic mapping will be completed at 1 " =20' scale for the subject project. Mapping
will extend to a minimum of 20 feet beyond the roadway right -of -way. Contours will be depicted
at 1 foot intervals. All surface features such as manholes, valves, vaults and the like will be
depicted.
Task 4 — Base Mapping
Aerial mapping will be downloaded into KFM's CADD system. Utilizing information obtained
under Tasks 1 through 3, KFM will plot all property lines, street right -of -way lines, and
underground utility lines.
Task 5 — Field Reviews
The value of conducting thorough field reviews on a project cannot be underestimated. KFM
believes very strongly in walking our projects in the field throughout the base mapping and
design stages of a project to insure all design issues are considered. This task will be
particularly important on the subject project due to the variety of conditions which exist within
the project limits.
Thorough field reviews will be conducted by the KFM project team throughout the duration of
the project.
Task 6 — Utility Investigation and Coordination
Utility coordination will be ongoing throughout the duration of this project and will consist of the
following tasks:
♦ Obtain plans showing location and size of all utility lines and appurtenances
within the project area.
♦ Plot utility lines on Base Map (Task 4).
♦ Cross check plotted locations above with field review information to insure that
existing lines are shown in the proper location. Request potholing from utility
companies, as warranted.
♦ Upon finalizing the proposed roadway improvements, determine where potential
utility conflicts exist and where utility modifications are warranted.
♦ Coordinate with affected utility companies regarding conflicts, relocations and
improvements. Two (2) full sets of plans will be submitted for comment to each
utility agency concurrent with all KFM submittals to the City for plan check. All
correspondence with utility companies will be sent via certified mail.
Task 7— Pavement Deflection Study
Labelle Marvin will complete a Pavement Deflection Study for the section of Balboa Boulevard
between 12'" Street and Median Way to determine the required roadway improvement
alternatives. This task will involve the following:
• Non - destructive pavement deflection data shall be gathered from each traveled lane
such that three sensor readings are recorded at each test location at select intervals.
0 •
Labelle Marvin, Inc., shall provide Road Rater, operator, recorder and traffic control
as necessary, to protect the traveling public and work force.
During deflection testing operations, notes of visual pavement conditions and /or
distress, cross streets, presence or absence of curb and gutter, and other such
observations shall be logged.
Field data collected shall be returned to the Labelle Marvin office for processing
through their computer. This processing shall produce a typed tabulation of all data
and field notes thereon, which locate the intersections of cross streets, pertinent
landmarks, field conditions, etc. The tabulation shall include the reading of three
Road Rater sensors, as well as the conversion of Road Rater Sensor Number One
to an equivalent Traveling Deflectometer unit.
• An engineering review of test data to isolate or separate limits of similar deflection
response for statistical summary of data (providing the 80th percentile deflection)
shall be made.
• Prior to field sampling operations, Underground Service Alert will be notified, all test
locations marked, and a meeting held, if requested, with concerned utilities to
relocate test sites as necessary.
• Coring and boring of the in -site roadway materials shall be performed at a total of 12
locations to determine pavement thicknesses and to obtain subgrade materials for
further analysis. These corings will be taken to a depth of 30 feet.All sample
locations will be backfilled and patched. Labelle Marvin shall provide traffic control
during sampling operations.
• The in -place moisture content of the subgrade soil samples removed at each location
shall be determined. Individual or composite samples of subgrade material which
typify the materials encountered shall be selected and subjected to R -Value testing
for replacement section design.
• Using the traffic indices provided by the City and existing pavement thickness
information determined during current or previous coring operations, the 80th
percentile deflection response shall then be compared to known pavement models.
This comparison shall produce overlay requirements for a select design period in
accordance with Caltrans Test Method Number 356, and a service life reading
(Nominal Service Life) for the roadways studied.
A Registered Civil Engineer shall supervise all operations, review all completed data
and incorporate results of deflection testing and pavement conditions. Engineered
recommendations for alternate methods of pavement rehabilitation based upon
deflections and materials analysis shall be provided.
Task 8 — Hydrology and Hydraulic Study
The specific methodology KFM Engineering will implement to complete the hydrology and
hydraulic report for the subject project will consist of a series of steps, summarized as follows:
Step 1 Collect all existing as -built drawings, index maps, and hydrology /hydraulic
reports on file for the project area.
Step 2 Conduct a thorough field review to verify drainage boundaries, identify
overland flow direction and to verify existing pick -up points, including both
on -site (within public R/W) and off -site (private property) catchment points
(i.e., inlets, catch basins).
Step 3 Prepare a hydrology map for the existing drainage system. Hydrology
calculations will be prepared for a 10 and 25 year storm event using
AES -RATOC software. 10 and 25 year flows will be shown at all major
confluence locations as well as the outfalls to the Bay.
Step 4 Complete hydraulic calculations for the existing storm drain system for the
10 and 25 year flows. Calculations will be computed using WSPG
software. This step will serve to verify the existing drainage system
deficiencies.
Step 5 Prepare preliminary layout of proposed drainage system improvements,
including proposed catch basin locations.
Step 6 Prepare a hydrology map for the proposed drainage system identified
under Step 5. Complete hydrology calculations (10/25 year) including
catch basin /inlet hydrology.
Step 7 Complete mainline and catch basin hydraulic calculations to determine if
the proposed system improvements satisfy the City's street flooded width
criteria.
Step 8 Modify the proposed system improvements, as required, and complete
steps 5 through 7, until the hydraulic criteria are satisfied.
The result of Task 8 will be a Hydrology and Hydraulics Report which will be formatted as
follows:
1.0
INTRODUCTION
2.0
STUDY OBJECTIVE
3.0
METHODOLOGY
4.0
EXISTING CONDITIONS
5.0
SYSTEM DEFICIENCIES
6.0
PROPOSEDIMPROVEMENTS
Appendix A
- Existing System Hydrology Map and Calculations
Appendix B
- Existing System Hydraulic Calculations
Appendix C
- Proposed System Hydrology Map and Calculations
Appendix D
- Proposed System Mainline Hydraulic Calculations
Appendix E
- Proposed System Catch Basin Sizing and Street Flooded Width
Calculations
This document will be processed along with the Final PS &E for City approval.
Task 9 — Develop Improvement Strategy
The objective of this task is to formulate the improvement strategy for the project prior to
proceeding with final design. The improvement alternatives, along with the corresponding
0 i
construction estimates, will be presented to City staff for the purpose of identifying the preferred
strategy for implementation.
Based upon the alternatives identified in the Labelle Marvin report (Task 7) and the Hydrology
and Hydraulic Study (Task 8), in conjunction with our thorough field reviews, KFM will present a
series (probably on the order of three options) of alternatives for treatment of the roadway and
storm drain system.
With respect to roadway rehabilitation, these alternatives will consider options such as
traditional overlay; ARHM overlay; pulverize in- place /cement street/surface overlay; use of
geotextile fabrics and grids; SAMI; TMAC; and various combinations thereof. Cost estimates will
be developed to accompany each option presented to the City along with our recommendation
for the "optimum" treatment with due consideration given to the budgeting elements of the
project. The drainage improvement scenarios will consist of various rerouting /upsizing of
existing pipes (if necessary) and new storm drain line connections.
Task 10 — Geotechnica/ Boring Logs for Storm Drain Alignment
Based upon the final proposed storm drain alignment, KFM shall utilize the services of Constant
and Dickey (CDI) to perform geotechnical borings. These borings will be drilled to a depth of 10
feet. A log of borings will be developed to classify the subsurface materials encountered and to
identify the depth of groundwater. This information will be included in the project specifications
for the contractors use in prepartion of the project bid.
These borings will be no further apart than 500 feet. We have assumed that 5 borings will be
taken for this project.
Task 11— Final PS &E
Based upon the approved strategy resulting from Task 9, KFM will complete the construction bid
documents in the form of finals plans, specifications and estimates (PS &E). We envision the
following plan set:
Description
• Title Sheet .........................
• Typical Sections ................
• Details ...............................
• Roadway Plan & Profile.....
• Storm Drain Plan & Profile.
• Lateral Profiles ..................
• Striping Plans ....................
• Cross Sections.. ................
# Sheets
.............................. ..............................1
.............................. ..............................1
.............................. ..............................2
.............................. ..............................8
.............................. ..............................8
........................... ..............................1
.............................. ..............................4
............................. .............................24
TOTAL .......................... 49 Sheets
Roadway plan and profile sheets will be prepared at V =20' horizontal and V =2' vertical scale.
The plans will depict all proposed roadway improvements, including the necessary
removal /replacement of existing curb and gutter to correct existing drainage deficiencies.
Replacement of traffic loops and inclusion of all required ADA improvements and new sidewalk
(if desired by City) will be depicted on these drawings. Profiles will be shown for
centerline /crown line, and north and south lips of gutters. Any grade breaks within the roadway
cross section will also be addressed.
0 0
Storm drain plan and profile will be prepared at V =20' horizontal and 1 " =2' vertical scale.
Lateral profiles will be depicted on a separate sheet.
Striping plans will be completed at 1 " =20' scale in double plan format.
Cross sections will be prepared at 25 foot intervals at a scale of 1 " =10' horizontal and V =1'
vertical. All existing and proposed elevations and street crossfalls will be shown.
All plans will be prepared using AutoCAD 14.
Specifications will be prepared in conformance with City of Newport Beach format.
Quantities and cost estimates shall be completed for the project and submitted with the plans
along with all project submittals. Cost estimates will be segmented to conform with the funding
programs for the project.
Task 12 — Project Coordination and Meetings
KFM shall provide all necessary coordination activities and attend all project related meetings
for the duration of the project. No additional compensation will be requested by KFM,
regardless of the number of meetings.
Task 13 — Federal Processing and Compliance
This project is partially funded under the Arterial Highway Rehabilitation Program (AHRP), a
program which is Federally funded and administered by OCTA with technical oversight
responsibilities resting with Caltrans Local Programs staff.
KFM shall complete the project PS &E in conformance with the guidelines for Federally funded
projects contained in the Caltrans Local Programs Manual and the "Reengineering" circular
dated July 1, 1995. Items of work under this task include:
• Conducting field reviews with Caltrans, as required.
• Certifying PS &E compliance.
• Conducting any required meetings with Caltrans to assure Federal and State
compliance.
• Obtaining all necessary permits required for the project.
• Obtaining FNM -76 approval for the project. In order to award a contract for
construction of the project, the City must receive FNM -76 approval from Caltrans.
This FNM -76 approval is obtained by submitting the bid documents and supporting
forms to the Caltrans local representative which are then reviewed and subsequently
approved, at which time the project can be advertised for construction bids. All
necessary work required to obtain this approval is included in our scope of work.
KFM has completed the design and obtained FNM -76 approval for 14 AHRP projects for various
Orange County municipalities in the last 3 years.
9
Task 14 — Bidding and Construction Support
This task shall include provision of bid addenda and /or plan clarifications, as well as attendance
at the project preconstruction meeting and other pertinent meetings. KFM shall also be
available to City staff during the construction period to answer questions and provide
clarification to plan and specification issues, as needed.
Task 15 — As -Built Drawings
Upon completion of construction, KFM shall complete as -built drawings for the project. One
hard copy set of plans (mylar), along with digital files will be delivered to the City upon
completion.
Task 16 — Reimbursables
KFM shall provide all reimbursables (mileage, printing, plotting, etc.) for the duration of the
project, excluding bid set reproduction which will be the responsibility of the City of Newport
Beach.
3.0 MANHOUR ALLOCATION
Exhibit A below summarizes the manhours, by task, estimated to complete the scope of work
outlined in Section 2.0 of this proposal.
CITY OF NEWPORT BEACH
BALBOA BLVD.
(MM
12th to Medina
MANHOUR ALLOCATION
EXIIJBITA
TASK
j--.PETCAIM3
2
KIM
2
STAFF
SURVEY
TOTAL
KFM
WANHOURS
9
8
42
9
25
13
7-
36
20
SUBS.
— n
110
TOTAL
4
1. DATA COLLECTION
2. FIELD SURVEY
- HofizonwlNenical Control
1
24
8
6
40
8
24
12
9
a
42
9
25
-Aerial Control
-Cross Sectims & Grids
2
2
1
1
1
- Monumentatim
8
12
- Surfacer oa by
- Subsurface Information
13
--33
36
20
3, AERIAL TOPOGRAPHIC MAPPING
,L BASE MAPPING
5, FIELD REVIEWS
—6 UTILITY INVESTIGATIONFAND CW11MINAT1614
4
8
-
8 8
7. PAVEMENT DEFLECTION STUDY
4
4
8. HYDROLOGY & HYDRAULIC STUDY
24
40
24
M
_9_ DEVELOP IMPROVEMENT STRATEGY
STORM DRAIN GEOTECHNICAL BORINGS
16
4
-
24
-—
12
--
T2
4
36
52
46-
—
IL FINAL P S & E
Iitic Sheet C�)
7
32
52
274
._ 140
28
26
28
7
32
-52
1
2
4
4
16
12
-Storm Drain PI" & Profile (8)
-
4
4
-—
2'
2 i
24
274
29
26
L52
28
60
90
124
4-8—
28
64
-LsttmIPmfiIesO)
4
24
16
12
12
- Specifications
48
12
12
- Cost Estimate
12. PROJECT COORDINA'noii&�MEETINGS
4
12
16
28
16
28
16
12
T3 FEDERAL PROCESSING & COMPLIANCE
14. BIDDING & CONSTRUCTION SUPPORT
4
4
M
32
i —
:�32
18
14
N/A
8
6
—.18
-
14 14
15. AS-BUILT DRAWINGS
2
4
16. REIMBURSABLES
TOTAL MANHOURS -F
246
426
1 409 ]:7981:
1 178
r 178
1356
4,0 SCHEDULE
0
The project schedule is depicted graphically on Exhibit B on the following page. This schedule
has been developed based upon an assumed start date of September 5, 2000 and an assumed
agency review duration of five days each for the 50% and final reviews and a review duration of
10 days for the 100% design review. Significant project milestones are summarized as follows:
Notice to Proceed ........................ ............................... September 26, 2000
Submit PS &E for 50% Design Review ......................... November 21, 2000
Submit PS &E for 100% Design Review ....................... December 12, 2000
Submit PS &E for Final Review .......... ............................... January 2, 2001
PS &E Approved, Project Complete ........ .........................January 16, 2001
QO
'a o uj
N :E
U
x
w 0
LU
Q
cv
O
ti
Ci
' ,
C4
FT
-0 -0:
Ln LO 0 10 0 0 01010 0 -0 C)
00 C\J C\J U)
0'
�QO I�II�=I��jll !III
>
co T.o w
Q)
co
0 co ul, c CY) >
0 '01 0
2M
cu CL
_0 < rn
Lu
0 0 >
0 C)
- "' . Q) 0 Q) UJ
' 0' CL, > 06 > od > 2
cl) cQ:L L U)
_I -0 - >, P6 Q) (DI
°lol= 06 E Lu, cr U) CD CL
0) 0- 1 CL
0;<
0 0 CC EL 0 Cr
(1) OL
co E U)
C); U) 2 0 L) N
0 ca 16 a) 0 — E C: V) Lu
E c: E c
-0 > U) C M ca 1 .0 Q) (z 1 06
U)
Z 0 j U < m D a-
O. -0 Q,
- - I U) < U- U) < C < U- 0- I I I i 1 1 1 0 U 1 1 i I
On-
0
5.0 QUALIFICATIONS
KFM Engineering, Inc. has assembled a Project Team which is knowledgeable and experienced
in all aspects of the subject project. The Project Team structure is illustrated on Exhibit C on the
following page. Personal resumes of the key team members identified are enclosed at the end
of this proposal section.
The Project Manager for the project will be Mr. Rick Kreuzer, P.E. Mr. Kreuzer is a Registered
Civil Engineer in California with 17 years of civil engineering experience, including three years
with the Orange County Environmental Management Agency as a construction inspector, one
year as a Project Engineer for a major Orange County contractor and the last eleven years as a
consultant. As the Project Manager, Mr. Kreuzer will have overall technical responsibility for the
project and will be the client's primary contact. He will also have "hands -on" involvement in the
day to day design of the project. His experience is well suited to this project, as summarized
below:
• 17+ years as a consultant with an emphasis in public works design.
• Numerous storm drain, roadway widening, and reconstruction /rehabilitation projects
completed for various cities in Orange County over the past seventeen years.
• Extensive experience coordinating with utility companies.
• 3 years with OCEMA as field inspector on public works projects. He has a strong
understanding of the construction elements to be considered on a project of this type.
Recent street improvement projects similar in nature to the subject project which Mr. Kreuzer
has managed include:
PROJECT
CLIENT
CONSTRUCTION COST
Artesia Boulevard
Buena Park
$1,200,000
Fairview Road
Costa Mesa
$3,400,000
Yorba Linda Boulevard
Placentia
$1,200,000
Tustin Street
Orange
$1,100,000
Ortega Highway
San Juan Capistrano
$200,000
Del Obispo Road
San Juan Capistrano
$300,000
Katella Avenue
Anaheim
$18,000,000
MacArthur Boulevard
Newport Beach
$700,000
San Miguel Road
Newport Beach
$200,000
Taft Avenue
Orange
$1,500,000
m�
IL
a
W
m
CL
W
z
LL
O
a
W t,
L N
O�
t3
7�
W_
U
O
F
W�
�w
W
J •�
� d
O F,
W
Z
IL7 �
JW
WU
y
J �
7�
W t�
F
'N
J�
Q
O
Z
d R,
d
�R
3 d�
Q
•
w�
Y
V
D
�d
oN
U
d
0
N
W
W
N
d
H
a
0
V
co
y
a
a •
PROJECT
CLIENT
CONSTRUCTION COST
Main Street
Orange
$850,000
Imperial Highway
La Habra
$30,000,000
Lincoln Avenue
Anaheim
$800,000
Lake Forest Drive
OCPFRD
$3,000,000
Beach Boulevard
Huntington Beach
$1,100,000
Avenido Pico
San Clemente
$400,000
Marguerite Parkway
Mission Viejo
$700,000
Annual Resurfacing Program 94 -95
Dana Point
$500,000
Annual Resurfacing Program 94 -95
Dana Point
$600,000
Annual Resurfacing Program 94 -95
San Juan Capistrano
$600,000
Mr. Kreuzer will be assisted by Jeff Lund. His main area of expertise is in the design of street
widening and rehabilitation projects. Mr. Lund served as the Project Engineer for the vast
majority of the projects listed above. Mr. Lund's experience includes 8 years as a
Design /Project Engineer. Prior to that, Mr. Lund served 5 years as a project inspector for the
City of Santa Barbara where he was responsible for field inspectionloversight of all City roadway
and storm drain improvement projects.
Ed Miller, P.E. will be responsible for the design of the traffic elements of the project, including
the development of striping and traffic control plans. Mr. Miller has 16 years of experience in
transportationitraffic design. He also has extensive experience processing Federally funded
projects through Caltrans.
The field surveying for the project will be under the direction of Ted Krull, L.S. Mr. Krull serves
as KFM's survey party chief. He is a Registered Land Surveyor in the State of California with
over 22 years of professional experience.
Arrowhead Mapping of San Bernardino will supply the aerial mapping for the project. They have
worked extensively with KFM over the last 5 years.
Steve Marvin, P.E. of Labelle -Marvin will oversee the pavement deflection study work on the
project. Mr. Marvin is widely recognized as the leading authority regarding pavement analysis
and engineering. Labelle -Marvin has worked on numerous projects with KFM in the past,
including most of the projects mentioned herein.
Brian Constant, P.E. of Constant and Dickey (CDI) will oversee the drilling and development of
boring logs for the proposed storm drain alignment. CDI is currently working on multiple
projects as a subconsultant to KFM.
0
CITY OF NEWPORT BEACH EXIHBITA
BALBOA BLVD.
fmm
12th to Medim
FEE SCHEDULE
TASK
KFM STAFF
(SV)' ($]M)
Q�— SURYFff
TOTAL
KFA4
NHOURS
I.IfMP
SUM
TOTAL
1. DATA COLLECTION
2. FIELD SURVEY
$400
$1,475
$17250
S7,030
$1,475
$4.19 . 5 —
--$2,155
53,375
8
9
8
----4.2..,
9
— - Horizonml/Verfical Cmrol
- Aerial Cmtrol
2
6
49
8
. Cross Sections & Grids
2
- Mm�nlwiw . ...... ...
— - Surface Topography
24
12
25
- Subsurface hlfo�tim
$3,260
—
3. AERIAL TOPOGRAPHIC MAPPING
4. BASE MAPPING
5. FIELD UVIEWS
4
8
9
12
24
36
20
16
52,820
$1.940
$17330
6. uTiLrry NWSTIGATION AND COORDINATION—
2
—8
6'
7. PAVEMENT DEFLECTION STUDY
4
--4
--88
975
—
-
Si 7,335
—S7,840
9. HYDROLOGY & HYDRAULIC STUDY
--
24
— -
46
—24
9. DEVELOP IMPROVEMENT STRATEGY
16
12
24—
124
-
--4—
7
5'2,5-0--0
$4,720
52.960
5565
52,660
$23,230
10. STORM DRAIN GEOTECHNICAL BORINGS
11. FINAL P S & E
16 --
274
90
— -Title Sheet (1)
Do!wLs 2L
Rmdmy Pin & Profile (8)
4
4
60
32
274
Storm Dmin Plan & Profilt B
28
64
48
12
140
28
$12,020
52 ,320
4
12
Striping Plans
2
12
12
26
$2,090
2.440
Cron Swims (24)
24
--
48
--90
Specificatims
16
12
28
16
$2.860
$1.480
$2,860
-Cost Estimate
--i- -
16
-12
12. PROJECT COORDINATIONk MEETINGS
13. FEDERAL PROCESSING & COMPLIANCE
4
16
12
32
$2,660
14 BIDDING & CONSTRUCTION SUPPORT
18
1
$1,560
AS-BUILT DRAWINGS
2
. .4
8
$1,130
16. REIM13URSABLES
--i2�00:0
S200
TOTAL MANHOURS
TOTAL COSTS
. . -
246
$28.2 go
426
$36,210
40'
530,600
$16.660
8
$18 635 7
5128,355
LESS 10% ........................ $12.836
TOTALFEE ....................... $115,520
0 0
EXHIBIT B
KFM ENGINEERING, INC.
SCHEDULE OF HOURLY BILLING RATES
Rates Effective through December 31, 2000
OFFICE PERSONNEL:
Typists, Word Processors ........................ ..............................$ 30.00 /Hr.
Technician .............................................. ............................... $ 45.00 /Hr.
Design Engineers / CADD Operators ...... ............................... $ 70.00 /Hr.
Project Engineers.. ................................... $ 85.00 /Hr.
Project Managers ..................................... ..............................$ 115.00/Hr.
FIELD PERSONNEL:
Two -Man Survey Party,
including Truck and Equipment.....
Three -Man Survey Party,
including Truck and Equipment.....
SUPPORT $ MISCELLANEOUS COSTS:
....... ............................... $ 135.00/Hr.
........ ............................... $ 170.00 /Hr.
C.A.D.D. Work Station / Plotter .................. ..............................$
25.00 /Hr.
Computer time .................................................... :..................
$
16.00 /Hr.
Telefax.................................................... ...............................
$
2.00 /Pg.
Electronic Distance Measuring Equipment (E.D.M.) ...............$
55.00 /Day
Survey Trucks .......................................... ..............................$
0.50 /Mile
Other Vehicles ........................................ ...............................
$
0.30 /Mile
Outside services and consultants are billed at direct costs plus 15 %. Blueprints,
reproduction, messenger service, subsistence, travel and other expenses are billed at
direct cost plus 10 %. Terms are net 30 days with 1' /z% per month interest charges.
The above schedule is for straight time hours.
qtr— �e —me1� LEl•El'7
ACORD CERTIFICATE
JGF/DAVEY & LARSON INS. SERVICES
2402 MICHELSON DR., SUITE 120
IRVINE CA 92612
PHONE: 949 -662 -4900
FAX: 949.261.0535
_ Agency Lic
INSURED
KFM ENGINEERING, INC.
26632 TOWNE CENTRE DR. STE. 240
FOOTHILL RANCH, CA. 92610
'KALIIy-LTN3a
LIABILITY INSURANCE "
seP 25 00
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
COMPANIES AFFORDING COVERAGE
A: AMERICAN MOTORISTS INS CO / PPIS_
E. GENERAL INS CO OF AMERICA/ INSIGHT
C:
E
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHEA DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED
OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES
UMITS SHOWN MAY HAVE BEEN HEOUCED BY PAID CLAIMS,
INS TYPE OF INSURANCE POLCY NUMBER POLICYE--E POLICr M.=f1l LIMITS
GENERAL LwBIUTY
X COMMERCIAL GENERAL LIABILITY
I 7RS696938.00
MAR 18 00
MAR 18 01
EACH CCCURPENCE
FIRE DAMAGF(MYOre RIO)
5 _ 1,000,000
5 100,000
I CLAIMS MADE 171 OCCUR
IMED.EXP(AnYOna PWaoA)
S 10,000
' PERSONAL & ADV AWRY
A
,S 1,000_000
.....1 ._
_.I
S 2,(00,000
GENEHALAGGnMATE
GEN'L AGGREGATE LIMIT APPUES PER:
PRODUCTS-COMPIOP AGG.
IS 2,000,000
POLICY 7 PROJECT F ILOC
' AUTOMOBILE
LIABILITY
ANY AUTO
7RS696938 -00
MAR III 00
MAR 18 Ot
' COMBINED SINGLE LIMIT
I IEa accidcnN
s 1000 DOD
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Pel Parton)
S
_ X
X
BODILY INJURY
IPar acdd ')
HIRED AUTOS
NON -OWNED AUTOS
S
PROPERTY DAMAGE
_____._._ . .............. ... ._....._�_._
S
GARAGE
LIABILITY
AUTO ONLY - EA ACCIDENT
S
OTHER THAN EA ACC
ANY AUTO
5
-
S
AUTO ONLY: AGG
EXCESS UABIUTY
EACH OCCURRENCE
9
OCCUR LIAIMS MADE
AGGREGATE
S
DEDUCTIBLE
S
RETENTION S
S
A
WORKERS COMPENSATION AND
EMPLOY£AV LIABILITY
7CW286633.02
SEP100
SEP101
WC 5'lhTV OMER
HYYHH .... - ......-
EL EACH AOC)OENT
S 1,000,000
SL DISEASE-EA EMPLOYEE
is 1,000,000
5 1,000,DGO
E.L. D19EA9E-POLICY LIMIT
OTHER! PROFESSIONAL
7RS696938 -00
MAR 18 DO
MAR 18 01
IPER CLAIM LIMIR 57,000,000
A
LIABILITY
PER AGGREGATE LIMIT $2,000.000
DEDUCTIBLE $5,000
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER, ITS ELECTED OFFICIALS,
OFFICERS, AGENTS, REPRESENTATIVES AND EMPLOYEES ARE HEREBY ADDITIONALLY INSURED PER ATTACHED ENDORSEMENT WITH
RE: TO BALBOA / NEWPORT BLVD. IMPROVEMENTS FROM 26TH TO 16TH AND BALBOA AVE. IMPROVEMENTS FROM 12TH TO MEDINA.
WAIVER OF SUBROGATION FOR WORKERS' COMP IS ATTACHED.
"EXCEPT FOR 10 DAYS NOTICE FOR CANCELLATION FOR NON - PAYMENT OF PREMIUM.
ADDITIONAL
CITY OF NEWPORT BEACH
3300 NEWPORT BLVD.
P.O. BOX 1768
NEWPORT BEACH, CA. 92658 -8915
Attention: BILL PATAPOFF. CITY ENGINEER
ACORO 25.5 (7/97)
INSURER LETTER:
Certificate 4 14124
ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
ION DATE THEREOF. THE ISSUING COMPANY WILL MAIL CO DAYS WRITTEN
TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
SEP -29 -2000 IU:10 r•ac,' w
icEMPER
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY
WAIVER OF OUR RIGHT TO RECOVER FROM
OTHERS ENDORSEMENT -- CALIFORNIA
(The information below is required only when this endorsement is issued subsequent to preparation
of the policy.)
Endorsement Effective 09/01/1999 Policy No. 7CW 286633 -01 Endorsement No.
Insured Pren,iuni
KFM ENGTNF.ERING INC
rnsurancc Company AMERICAN MOTORISTS INSURANCE COMPANY
Countersigned fey aMAL... Ica
SCHEDULE
Person or Organization Job Description
ANYONE FOR WHOM `T 'E NAMED ''INSURED
HAS AGREED TO FURNISH THIS WAIVER
MINIMUM PREMIUM: $100
"1HE PREMIUM FOR THIS COVERAGE WILL BE DETERMINED AND BILLED AT AUDIT
We have the right to recover our payments from anyone liable for an in;ury covered by this policy. We will
not enforce our right against the person or oroaniza6on named in the Schedule. (This agreement appiies
only to the extent that you perform work under a written contract that requdes you to obte!in this
agreement from us.)
You must maintain payroll records accurately segregating the rernuneradon of your employees while
engaged in the work described in the Schedule.
The additional premium for this endorsement shag be. 2.00% of the California workers compensation
premium otherwise due on such remuneradon.
THIS ENDORSEMENT CHANCES THE POLICY TO WHICH 11 IS ATTACHED AND IS EFFECTIVE ON THE DATE
ISSUED UNLESS OTHERWISE STATED.
WC 04 03 06 (Ed. 04 84) Printed in U.S.A.
SEP -28 -2000 1U:IU
KEMPER PREMIER ENDORSEMENT FOR
ARCHITECTURE AND ENGINEERING FIRMS
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
1. THE FOLLOWING IS ADDED TO THE BUSINESS OWNERS LIABILITY CCVERAGE FORM. BP 71 08:
ADDITIONAL INSURED •- BY CONTRACT, AGREEMENT OR PERMIT
CITY OF NEWPORT BEACH, ITS ELECTED OFFICIALS, OFFICERS, AGENTS, REPRESENTAIVES AND
EMPLOYEES
P.O. BOX 1763
NEWPORT BEACH, CA. 92658 -8915
Item S. of Section C, -WHO IS AN INSURED, is deleted and replaccd by the following:
Any person or organi2alion (named above) to whom or to which you are ooliga[ed by vinue of a wrihen
contract, agreement or permit to provide such insurance as afforded by this policy is an insured, but only
with respect to liability arising out of:
a. "Your work" for that insured by you, including work or operations performed on your behalf for that
insured:
b. Permits issued by state or political subdivision for operations performed by you: or
c. Premises you own, rent, occupy or use.
This provision does not apply unless the written contract or agreement has been executed, or the permit
has been issued, prior to the "bodily injury," " properly damage,' "personal injury" or "advertising injury."
This provision does not apply to any person or organii2pon included'as to insured under Atldilionat
Insured - vendors.
This insurenca is primary and is not additional to or contributing with tiny other insurance carried by or
for the benehi of Additional Insureds.
2. Separation of Insureds:
Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this policy to the
first Named Insured, this insurance applies:
As if each Named Insured were the only Named Insured: and
Separately to each insured against whom claim is made or "suit' Is brought.
Nothing herein contained shall vary, aller or extend any provision or condition of the Policy other than as above stated.
NAMED INSURED: i KFM ENGINEERING, INC. - �OLIGY rJ O: 7RSG96938 -00
AMERICAN MOTORIST INSURANCE COMPANY
r�
Authorized Signature: DIANA COFWLL
ISSUED: September 11, 2000
Notice of Cancellation
1. If we cancel this policy for any reason other than non-payment of prernium, we will mall written notice at
least 30 days before the effective date of cancellation to the Additional Insureds on :ile with the Company
2. 11 we cancel this policy for non - payment of premium, we will mail written notice at least 10 days before the
effective date of cancellation to the Additional Insureds on file with the Cornpany.
cco_- �o_�gnq t CA: t q
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
r. u,- uv
ACOF30 25 =5 (7/97) � I - � �- TOTAL P.04
SEP -21 -00 THU 08:23 AM FAX N0, P. 02/06
Q(
CAL- SURANCE
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
0
THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH.
DATE RECEIVED: D9 I J D DEPARTMENT /CONTACT RECEIVED FROM:
DATE COMPLETED: i BO SENT TO: MWA BY: BEMJB
COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: KFM "N6 -MA1 r
GENERAL LIABILITY
A. INSURANCE COMPANY: I_, S'1z; /". f�Q
B. AM BEST RATING (A VII or o eater): i
C. ADMITTED COMPANY: ( Must be California Admitted) Is company dn' d n California? Yes ✓ No_
D. LIMITS: (Must be $1,000,000 or.greater) What is limit provided? /
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it i de ? Yes No
F. ADDITIONAL INSURDED WORDING TO INCLUDE: (Thc City its o gents, o mployees and
volunteers). Is it included'? Yes ✓ No
G. PRIMARY AND NON CONTREgT --r ORY WORDING: (Must be i lu Is i clu . Yes ✓ No
H. CAUTION! ( Confirm that loss or liability of the Named insure invited s e their egligenc
Does endorsement include "solely by negligence" wording? Yz No
I. NOTIFICATION OF CANCELLATION: Although there is sic that re ' s n n celladon b?'
certified mail: per Lauren Farley the City will accept th a or wor A
11. AUTOMOBILE LIABILITY:
A. INSURANCE COMPANY:
B. AM BEST RATING (A VII or greater):
C. ADMITTED COMPANY: (MUST BE CALIF MI'T'fED) Is eo y tied? Yes ✓ No _
D. LIMITS: ( Must be $1,000,000 minimum BI d $500,000 is provided? ( tL
E. ADDITIONAL INSURED WORDINp TO ( NCLUDE: (The City it o agents, officials, empleyecs and
volunteers). Is it included? Yes ✓ No
F. PRIMARY AND NOW CONTRIBUTORY WORDING: (Must be i lot ). Is it included'? Yes ✓ No
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified mail. per Lauren Farley the City will accept the endeavor wording.
III. WORKERS COMPENSATION
A. INSURANCE COMPANY: 80 GA
B. AM BEST RATING (A VII or greater) t XV
C. LM. TS: Stannory /
D. WAVIER OF SUBROGATION: (To include). Is it included'? Yes_ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No ✓
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
5W13&Gaf11)11 AAJ 414kkk'91'
APPROVED
TO: Mayor and Members of the City Council
FROM: Public Works Department
September 26, 2000
CITY COUNCIL AGENDA
ITEM NO. 9
SUBJECT: DESIGN OF IMPROVEMENTS ON BALBOA BOULEVARD FROM 12TH
STREET TO MEDINA WAY AND ON NEWPORT / BALBOA BOULEVARD
FROM 26TH STREET TO 16TH STREET, CONTRACT NO. 3373 -
APPROVAL OF PROFESSIONAL SERVICES AGREEMENT
RECOMMENDATION:
Approve a Professional Services Agreement with KFM Engineering Inc., of Foothill
Ranch, California, for professional engineering services for a contract price of
$231,580.
DISCUSSION:
As part of the City's adopted FY 00 -01 Capital Improvement Program, staff invited five
engineering firms to submit their proposals to provide engineering design services for
the following two Arterial Highway Rehabilitation Program (AHRP) projects on the
Peninsula:
• Balboa Boulevard from 12th Street to Medina Way
• Newport/Balboa Boulevard from 26th Street to 16th Street
These projects are funded for construction in FY 01 -02 ($2,530,000) and FY 02 -03
($2,120,000) respectively, through the federal AHRP and City Gas Tax Funds. The
scope of the professional services will include survey, utility investigation and
coordination, pavement studies, hydrology and hydraulic studies to design the drainage
systems, striping plans, traffic control plans, street design, specifications, cost
estimates, and federal processing of the contract documents through Caltrans. The
project between 26th and 16th Streets will need to be coordinated with the underground
utility district in the same area.
Four firms responded to the City's request for proposals:
• Berryman & Henigar
• Huitt- Zollars
• KFM Engineering
• Van Dell
SUBJECT: DESIGN OF IMPROV TS ON BALBOA BOULEVARD FROM 12" STR O MEDINA WAY AND ON
NEWPORT /BALBOA 1 LEVARD FROM 26�" STREET TO 16T" STREET, TRACT NO. 3373 - APPROVAL
OF PROFESSIONAL SERVICES AGREEMENT
September 26, 2000
Page 2
Staff independently reviewed the firms' qualifications, past experience on similar
projects, and availability, and ranked KFM Engineering, Inc., (KFM) the highest. Upon
selection, staff negotiated with KFM to provide the necessary scope of services for a
fee of $231,580.
KFM has completed engineering services competently and professionally on similar
projects for our City and other local agencies in Southern California.
Funds for this project are available in the following accounts:
Account Name
Balboa Boulevard, 12th Street to Medina Way
Balboa /Newport Boulevard, 26th to 16th Street
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
-
r.
By: :
Bill Patapoff
City Engineer
Attachments: Project Location Map
Professional Services Agreement
Exhibit "A" Scope of Services
Exhibit "B" Schedule of Hourly Billing Rates
Account Number Amount
7181- C5100582 $115,520
7181- C5100593 $116,060
TOTAL $231,580
z
25 ��
.�k
os .
NOT TO SCALE
s10
NEWPORT & BALBOA BOULEVARDS
26TH STREET TO 16TH STREET
BA1BOA B(Vp.
h~
N
SAN �
N BALBOA BLVD. RECONSTRUCTION
",'CNT 12TH STREET TO MEDINA WAY
BABOA BCVp BAY CNANNt2
A�r
OCEIN
y
S y
h ti
ti
H N �
h
PAprIC
° m x FRONTS Y
SAN m >
3
2 Qy
III NOT TO SCALE �7
•
PROFESSIONAL SERVICES AGREEMENT
FOR
NEWPORT BOULEVARD FROM 26TH STREET TO 16TH STREET AND
BALBOA BOULEVARD FROM 12TH STREET TO MEDINA WAY
THIS AGREEMENT, entered into this day of , 2000, by and
between CITY OF NEWPORT BEACH , a Municipal Corporation (hereinafter referred to
as "City "), and KFM Engineering, Inc., whose address is 26632 Towne Centre Drive,
Suite 240, Foothill Ranch, California, 92610, (hereinafter referred to as "Consultant'), is
made with reference to the following:
RECITALS
A. City is a M r;cipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City is planning to implement improvements to Newport Boulevard and
Balboa Boulevard hereinafter referred to PROJECT.
C. City desires to engage Consultant to provide professional engineering
services for roadway rehabilitation and drainage system improvements on
two Arterial Highway Rehabilitation Projects (AHRP): (1) Newport and
Balboa Boulevards from 261' Street to 16th Street and (2) Balboa Boulevard
from 12th Street to Medina Way upon the terms and conditions contained in
-1-
0 0
this Agreement.
D. The principal member for the Consultant for the purpose of this Project is
Rick Kreuzer, P.E., President.
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant and
desires to contract with Consultant under the terms of conditions provided in
this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the 26th day of September 2000,
and shall terminate on the 30th day of September 2003, unless terminated earlier as set
forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as two Exhibit "A's" and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement shall not exceed the total contract price of
two hundred thirty one thousand five hundred eighty dollars ($231,580). The segment on
-2-
r1
u
Balboa Boulevard from 12th Street to Medina Way is $115,520 and the segment on
Newport Boulevard from 26th Street to 16th Street is $116,060.
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
computer printing, postage and mileage.
3.2 Consultant shall submit monthly invoices to City payable by City within thirty
(30) days of receipt of invoice subject to the approval of City.
3.3 Consultant shall not receive any compensation for extra work without prior
written authorization of City. Any authorized compensation shall be paid in accordance
with the schedule of the billing rates as set forth in Exhibit 'B ".
3.4 City shall reimburse Consultant only for those costs or expenses which
have been specifically approved in this Agreement, or specifically approved in advance by
City. Such cost shall be limited and shall include nothing more than the following costs
incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the services
which Consultant agrees to render pursuant to this Agreement which have
been approved in advance by City and awarded in accordance with the
terms and conditions of this Agreement.
B. Approved computer data processing and reproduction charges.
C. Actual costs and /or other costs and /or payments specifically authorized in
advance in writing and incurred by Consultant in the performance of this
Agreement.
-3-
0 0
4. STANDARD OF CARE
4.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant
represents and warrants to City that it has or shall obtain all licenses, permits,
qualifications and approvals required of its profession. Consultant further represents and
warrants that it shall keep in effect all such licenses, permits and other approvals during
the term of this Agreement.
4.2 Consultant shall not be responsible for delay, nor snail Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's work promptly, or delay or faulty performance by City,
contractors, or governmental agencies, or any other delays beyond Consultant's control
or without Consultant's fault.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultant's employees or agents to be the agents or
I_!
0 0
employees of City. Consultant shall have the responsibility for and control over the details
in means of performing the work provided that Consultant is in compliance with the terms
of this Agreement. Anything in this Agreement which may appear to give City the right to
direct Consultant as to the details of the performance of the services or to exercise a
measure of control over Consultant shall mean that Consultant shall follow the desires of
City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator, and any other agencies which may have jurisdiction or interest in
the work to be performed. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a- Rroject Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Rick Kreuzer, P.E. to be its Project
Manager. Consultant shall not bill any personnel to Project other than those personnel
identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior
written approval by name and specific hourly billing rate. Consultant shall not remove or
reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City's approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
-5-
0 0
Project on a timely basis as contemplated by this Agreement.
8. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under this Agreement
and the services shall be performed by Consultant in accordance with the schedule
specified below. The failure by Consultant to strictly adhere to the schedule may result in
termination of this Agreement by City, and the assessment of damages against
Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible
for delays which are due to causes beyond Consultant's reasonable control. However, in
the case of any such delay in the services to be provided for Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
8.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Proj— Adminisiraiot not later than ten (10) calendar days after the start
of the condition, which purportedly causes a delay, and not later than the date upon which
performance is due. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays, which are beyond
Consultant's control.
8.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
either telephone, fax, hand delivery or mail.
9. CITY POLICY
Consultant will discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that the Project proceeds in a manner consistent with City goals and policies.
in
• i
10. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
federal law, regulations and permit requirements and be subject to approval of the Project
Administrator and City Council.
11. PROGRESS
Consultant is responsible to keep the Project Administrator and /or his /her duly
authorized designee informed on a regular basis regarding the status and progress of the
work, activities performed and planned, and any meetings that have been scheduled or
are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions -officers and employees from and against any and all loss, ~
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all negligent acts or
omissions of Consultant, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Agreement, excepting only the
active negligence or willful misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing, any award of attorneys' fees in any action on
or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement of
-7-
0
•
work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
Agreement. Except workers compensation and errors and omissions, all insurance
policies shall add City, its elected officials, officers, agents, representatives and
employees as additional insured for all liability arising from Consultant's services as
described herein.
All insurance policies shall be issued by an insurance company certified to do
business in the State of California, with original endorsements, with Best's A- VII or better
carriers, uniess otherwise approved by City Risk Manager.
A. Worker's compensation insurance covering all employees and principals of
Consultant, per the laws of the State of California.
B. Commercial general liability insurance covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance covering any owned and
rented vehicles of Consultant in a minimum amount of $1 million combined
11:1
• i
single limit per accident for bodily injury and property damage.
D. Professional errors and omissions insurance which covers the services to
be performed in connection with this Agreement in the minimum amount of
one million Dollars ($1,000,000).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the work.
Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive fiaouity -insurahce;- that
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing comprehensive general and automotive liability
insurance to either Consultant or City with respect to the services of Consultant herein, a
waiver of any right of subrogation which any such insurer of said Consultant may acquire
against City by virtue of the payment of any loss under such insurance.
14. PROHIBITION AGAINST TRAN:)FERS
Consultant shall not assign, sublease, ;hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
M
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership or joint- venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or repre -spnted.to he gdtable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
Consultant shall, at such time and in such forms as City may require, furnish
reports concerning the status of services required under this Agreement.
16. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
-10-
0
confidential unless the release of information is authorized by City.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. City will provide access to and upon request of Consultant, provide one
copy of all existing record information on file at City and will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
schedule.
B. Provide blueprinting, copying and other services through City's reproduction
company for each of the required submittals. Consultant will be required to
coordinate the required submittals with City's reproduction company. All
other reproduction wiu oe -the respansibiiiiy of Consultant and as defined
above.
18. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Bill
Patapoff, City Engineer shall be considered the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator or his /her
authorized representative shall represent City in all matters pertaining to the services to
be rendered pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement. All such records shall be
-11-
0 0
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee wile c6pect to suck disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in the work accomplished by Consultant, the
additional design, construction and /or a restoration expense shall be borne by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
-12-
0 0
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for darnages resulting from Consultant's violation
ur iris Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted
without prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively 'shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
postage prepaid, first class mail, addressed as hereinafter provided.
-13-
0
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
Bill Patapoff, City Engineer
City of Newport Beach
3300 Newport Boulevard
P. O. Box 1768
Newport Beach, CA, 92658 -8915
(949) 644 -3311
Fax (949) 644 -3318
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Attention: Rick Kreuzer, P.E.
President
KFM Engineereing, Inc.
26632 Towne Centre Drive, Suite 240
Foothill Ranch, CA 92610
(949) 580 -3838
Fax (949) 580 -3837 --
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or if more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
party written notice thereof.
-14-
0
0
26.1 City shall have the option, at its sole discretion and without cause, of
terminating this Agreement by giving seven (7) days' prior written notice to Consultant as
provided herein. Upon termination of this Agreement, City shall pay to Consultant that
portion of compensation specified in this Agreement that is earned and unpaid prior to the
effective date of termination.
27. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition too iained herein �vv'nether of the same or a
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon, Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of City. Since
Consultant has no control over the cost of labor and material, or over competitive bidding
-15-
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City.
31. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer in
responsible charge of the work. City agrees that Consultant shall not be liable for claims,
liabilities or losses arising out of, or connected with (a) the modification or misuse by City,
or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of
CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or
anyone authorized by City, of CADD data for additions to this Project, for the completion
of this Project by others, or for any other project, excepting only such use as is
authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to
indemnify Consultant for damage and liability resu!ting from the modification or misuse
of such CADD data.
All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file
format. All written documents shall be transmitted to the City in Microsoft Word 97 and
Microsoft Excel 97 and be consistent with Microsoft Office 97.
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
-16-
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
By:
Robin Clauson
Assistant City Attorney
ATTEST:
By:
LaVonne Hainiess
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
in
Mayor
City of Newport Beach
CONSULTANT
By:
Rick Kreuzer, P.E.
President
f. \users\pbw\shared\agreements \fy 00- 01 \kfm- balboa & medina way ahrp.doc
-17-
•
K FM •
E Nc I N EER IN C,. INC.
Xu T 1 AliG 2 9
August 28, 2000
Mr. Bill Patapoff, P.E.
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92658
RE: Revised Proposal for Professional Engineering Services for Newport / Balboa
Boulevard from 26th Street to 16th Street.
Dear Mr. Patapoff:
KFM appreciates the opportunity to submit this proposal. We believe we are very well qualified
for the subject project, having completed numerous roadway rehabilitation projects under the
AHRP program over the last three years.
Our proposal is formatted as follows:
Section 1.0
Project Overview -- --
Section 2.0
Scope of Work
Section 3.0
Manhour Allocation
Section 4.0
Schedule
Section 5.0
Qualifications
Per the request of the RFP, we have enclosed our proposed fee in a separate sealed envelope.
Once again we appreciate the opportunity to be of further service to the City of Newport Beach.
If you have any questions regarding this proposal, please do not hesitate to give me a call.
Res Ily submitted:
Rick Kreuzer, P.E.
President
2663? Tovrne Centre Drive • Suite 240 • Foothill Ranch • California • 92610
Ph: 949.580.3838 Fax: 949.580.3837
10 9
1.0 PROJECT OVERVIEW
The City of Newport Beach has solicited proposals for the design of improvements to Newport
Boulevard from 26th to 215` Street and to Balboa Boulevard from 215` to 16U Street. The
improvements will include the rehabilitation I reconstruction of the roadway and the construction
of drainage systems. Parkway improvements in the form of new curb and gutter, sidewalk, and
access ramps will be implemented, as warranted.
In preparation of this proposal, KFM has:
• Collected all as -built drawings for the project
• Conducted a thorough field review of the project and developed a
comprehensive photo log to document existing site conditions.
• Collected and reviewed City drainage atlas sheets for the project
area.
• Obtained and reviewed the Pavement Report for Newport Boulevard
from 19th Street to 26th Street, prepared by OCPFRD.
• Discussed the project with City staff.
• Discussed the project with Steve Marvin of Labelle Marvin.
We believe these research efforts have given us a good understanding of the project
requirements and the key issues, as summarized below, which we believe will need to be
addressed for successful completion of the oroiect.
KEYISSUES
INNOVATIVE REHABILITATION STRATEGIES
Innovative, cost effective solutions to improve the condition of the Newport and Balboa
Boulevard roadway sections will be our primary focus. As stated, the County of Orange has
completed a Pavement Report for the section of the project between 19`h and 26`" street. This
report calls for a combination of removals and grinding followed by A.C. deeplift sections (for
those areas removed) and a final 0.15 Asphalt Rubber Hot Mix (ARHM) cap. A 0.15' Tire
Modified Asphalt Concrete (TMAC) is also proposed as an alternative to the 0.15' ARHM cap.
KFM will be utilizing the services of Labelle Marvin (LM) for the preparation of a Pavement
Report for the remaining section of the project along Balboa Boulevard from 19th to 16th Street.
Additionally, LM will be reviewing the County data and recommendations for the 26th to 19th
segment and proposing additional strategies for consideration.
0
In order to arrive at a preferred rehabilitation strategy, two primary design elements need to be
considered. These elements are discussed on the following page.
•: Vertical Considerations — Many times the rehabilitation strategy which appears to be the
most cost effective solution at the onset does not result in the best long term solution.
As an example, a roadway which is in fair to poor condition may require a thicker overlay
on the order of 3 to 4 inches. While this approach may result in the best unit price
rehabilitation strategy, it may also result in much steeper roadway crossfalls and /or an
irregular roadway cross slope condition, neither of which results in a road with good
rideability. This is particularly important when you have a project which, like the project
at hand, consists of fairly irregular cross fall conditions and defined edge conditions
(curb and gutter both sides). This example serves to point out the critical
interrelationship between pavement improvement strategies and the vertical design
component of a project. In other words, a perfectly applicable solution, from a pavement
improvement perspective, may not be feasible if the vertical design criteria for the project
cannot be satisfied. KFM and Labelle Marvin understand this critical interrelationship,
having completed an excess of 20 roadway rehabilitation projects together over the last
5 years. We will work very closely on this project to develop the very best strategy for
improvement of Newport / Balboa Boulevard.
A specific concern with respect to the vertical design of the roadway will be the drainage
conditions at the east end of the project between 18th and 16th Street. As evidenced in
the photograph below, there are four inlets which are in the center of the eastbound
travelway.
During the design process, it will be imperative to reconstruct the crossfall of the
roadway in these areas to get the runoff to flow to the sides of the street and keep the
travelway as dry as possible. Once again, KFM will work closely with Labelle Marvin to
"marry" this vertical design issue to the proposed pavement improvement strategies.
Budget — Another important tool to obtaining the best improvement strategies for a
project is knowing the construction budget for a project. This "sets the bar' for us and
gives us a target number to improve upon.
0 9
In summary, we cannot emphasize enough that the development of innovative and cost
effective improvement strategies are very much a collaborative effort between the engineer and
pavement specialists. KFM and Labelle Marvin bring this close working relationship as well as a
wealth of roadway rehabilitation design experience to the subject project.
DRAINAGE
Currently, the project area is drained by a network of inlets and pipes which outfall to the Bay at
five locations, summarized as follows:
• 30 inch CMP in 26th Street
• 15 inch RCP in 21st Street
• 24 inch PVC in 19th Street
• 12 inch ACP in 18th Street
• 18 inch CAP in 15th Street. Although outside the project limits, this outfall
pipe drains the project via a 12 inch CMP in Balboa Boulevard from 19`h
Street to the east.
Improvement to the drainage system will be! a critical component of the project. Improper
roadway drainage is one of the leading contributors to the degradation of a roadway surface. It
will be KFM's charge to improve the drainage situation in the project area. This will be
accomplished by upgrariintg existing lnderground and/ or constructing new underground
systems, including new inlets to get the surface run -off out of the travelway and to its outfall to
the Bay as efficiently as possible. KFM will accomplish this by completing a comprehensive
Hydrology and Hydraulic study which will determine the needed improvements. The scope of
work for this study is described in detail in Section 2.0 of this proposal.
CROSS SECTIONING
As evidenced by the preceding discussion, the vertical design component of this project is a
very key consideration. In Newport and Balboa Boulevards, we have roadways which are
relatively irregular with respect to crossfalls. Based upon our field review, we believe it is
imperative to obtain existing cross sections at a tighter than normal interval. We are proposing
to cross section the entire project at 25 foot intervals. Moreover, KFM will also obtain grid
elevations at all intersections to insure that the project drains properly and that all ponding areas
are eliminated. The attainment of complete and thorough survey information regarding the
existing vertical condition of the roadway will be critical to the development of a plan package
that will not result in "field fitting" during construction.
PROJECT ADMINISTRATION
This project is partly funded with AHRP funds. The AHRP program is subject to Federal
guidelines which are administered by Caltrans District 12. KFM Engineering is currently
processing 6 projects through this program. We understand the plan format requirements and
administrative aspects which are required for Federal projects. Further, we enjoy a very good
working relationship with the Caltrans Local Programs Administrator for the City of Newport
Beach, Mr. Talib Aziz. Mr. Aziz can attest to KFM's knowledge regarding the AHRP and
Federal funding process as a whole.
• w
UTILITY COORDINATION
Utility coordination is a very important aspect of any project. KFM employs a very
comprehensive and detailed approach to coordinating with utility agencies.
PROJECT MANAGEMENT
No project is successful without effective project management. KFM engineering was founded
on the philosophy of providing hands -on, experienced, proactive project management on all
projects. This project will be no exception. Our proposed Project Manager, Rick Kreuzer, has
17 years of design and project management experience. He will not only be involved with
project management and oversight, but will also be involved in day to day design of the project.
We strongly encourage the City of Newport Beach to contact any of our client references cited
herein regarding Mr. Kreuzer's and the balance of KFM Teams' performance on past projects.
•
2.0 SCOPE OF WORK
Task 1— Data Collection
0
KFM shall collect and review all record information including, but not necessarily limited to, the
following:
• As -built drawings *
• Utility record drawings
• Right -of -way record maps
• Assessors parcel maps'
• Benchmark information
• Centerline intersection ties
• Drainage Index Maps *
• County Materials Report '
* denotes information already gathered by KFM in preparation of this proposal.
Task 2 — Field Survey
Field survey work shall consist of the following subtasks:
♦ Horizontal/Vertical Tie in centerline monumentation and run
bench loop.
♦ Aerial Control Set aerial targets and tie -in to horizontal /
vertical control.
♦ Cross Sections Survey cross sections will be taken at 25
foot intervals for the entire project stretch.
Elevations shall be obtained at centerline,
lane lines, grade breaks, lip of gutter,
flowline, top of curb and at existing
right -of -way.
♦ Monumentation Locate existing centerline monumentation
and reset with temporary points, as
required.
♦ Surface Topography Locations /elevations will be picked up for all
existing site features (manholes, valves,
pedestals, signs, etc.) within the proposed
right -of -way. This information will
supplement the aerial base sheets.
♦ Subsurface Information Sewer manholes and storm drain inlets,
catch basins and manholes will be dipped to
obtain accurate invert elevations. This
as -built information will be critical to
avoiding utility conflicts during construction.
0 0
Task 3 — Aerial Topographic Mapping
Aerial topographic mapping will be completed at 1 " =20' scale for the subject project. Mapping
will extend to a minimum of 20 feet beyond the roadway right -of -way. Contours will be depicted
at 1 foot intervals. All surface features such as manholes, valves, vaults and the like will be
depicted.
Task 4 — Base Mapping
Aerial mapping will be downloaded into KFM's CADD system. Utilizing information obtained
under Tasks 1 through 3, KFM will plot all property lines, street right -of -way lines, and
underground utility lines.
Task 5 — Field Reviews
The value of conducting thorough field reviews on a project cannot be underestimated. KFM
believes very strongly in walking our projects in the field throughout the base mapping and
design stages of a project to insure all design issues are considered. This task will be
particularly important on the subject project due to the variety of conditions which exist within
the project limits.
Thorough field reviews will be conducted by the KFM project team throughout the duration of
the project.
Task 6 — Utility Investigation and Coordination
Utility coordination will be ongoing throughout the duration of this project and will consist of the
following tasks:
♦ Obtain plans showing location and size of all utility lines and appurtenances
within the project area.
♦ Plot utility lines on Base Map (Task 4).
♦ Cross check plotted locations above with field review information to insure that
existing lines are shown in the proper location. Request potholing from utility
companies, as warranted.
♦ Upon finalizing the proposed roadway improvements, determine where potential
utility conflicts exist and where utility modifications are warranted.
♦ Coordinate with affected utility companies regarding conflicts, relocations and
improvements. Two (2) full sets of plans will be submitted for comment to each
utility agency concurrent with all KFM submittals to the City for plan check. All
correspondence with utility companies will be sent via certified mail.
Task 7— Pavement Deflection Study
Labelle Marvin will complete a Pavement Deflection Study for the section of Balboa Boulevard
between 19P Street and 16'h Street to determine the required roadway improvement
alternatives. This task will involve the following:
• Non - destructive pavement deflection data shall be gathered from each traveled lane
such that three sensor readings are recorded at each test location at select intervals.
0 0
Labelle Marvin, Inc., shall provide Road Rater, operator, recorder and traffic control
as necessary, to protect the traveling public and work force.
• During deflection testing operations, notes of visual pavement conditions and /or
distress, cross streets, presence or absence of curb and gutter, and other such
observations shall be logged.
• Field data collected shall be returned to the Labelle Marvin office for processing
through their computer. This processing shall produce a typed tabulation of all data
and field notes thereon, which locate the intersections of cross streets, pertinent
landmarks, field conditions, etc. The tabulation shall include the reading of three
Road Rater sensors, as well as the conversion of Road Rater Sensor Number One
to an equivalent Traveling Deflectometer unit.
• An engineering review of test data to isolate or separate limits of similar deflection
response for statistical summary of data (providing the 80th percentile deflection)
shall be made.
• Prior to field sampling operations, Underground Service Alert will be notified, all test
locations marked, and a meeting held, if requested, with concerned utilities to
relocate test sites as necessary.
• Coring and boring of the in -site roadway materials shall be performed at a total of 12
locations to determine pavement thicknesses and to obtain subgrade materials for
further analysis. These corings will be taken to a depth of 3 to 4 feet. All sample
locations will be backfilled and patched. Labelle Marvin shall provide traffic control
during sampling operations.
• The in -place moisture content of the subgrade soil samples removed at each location
shall be determined. Individual or composite samples of subgrade material which
typify the materials encountered shall be selected and subjected to R -Value testing
for replacement section design.
• Using the traffic indices provided by the City and existing pavement thickness
information determined during current or previous coring operations, the 80th
percentile deflection response shall then be compared to known pavement models.
This comparison shall produce overlay requirements for a select design period in
accordance with Caltrans Test Method Number 356, and a service life reading
(Nominal Service Life) for the roadways studied.
• A Registered Civil Engineer shall supervise all operations, review all completed data
and incorporate results of deflection testing and pavement conditions. Engineered
recommendations for alternate methods of pavement rehabilitation based upon
deflections and materials analysis shall be provided.
Task 8 — Hydrology and Hydraulic Study
The specific methodology KFM Engineering will implement to complete the hydrology and
hydraulic report for the subject project will consist of a series of steps, summarized as follows:
Step 1 Collect all existing as -built drawings, index maps, and hydrology /hydraulic
reports on file for the project area.
Step 2 Conduct a thorough field review to verify drainage boundaries, identify
overland flow direction and to verify existing pick -up points, including both
on -site (within public R/W) and off -site (private property) catchment points
(i.e., inlets, catch basins).
Step 3 Prepare a hydrology map for the existing drainage system. Hydrology
calculations will be prepared for a 10 and 25 year storm event using
AES -RATOC software. 10 and 25 year flows will be shown at all major
confluence locations as well as the outfalls to the Bay.
Step 4 Complete hydraulic calculations for the existing storm drain system for the
10 and 25 year flows. Calculations will be computed using WSPG
software. This step will serve to verify the existing drainage system
deficiencies.
Step 5 Prepare preliminary layout of proposed drainage system improvements,
including proposed catch basin locations.
Step 6 Prepare a hydrology map for the proposed drainage system identified
under Step 5. Complete hydrology calculations (10/25 year) including
catch basin /inlet hydrology.
Step 7 Complete mainline and catch basin hydraulic calculations to determine if
the proposed system improvements satisfy the City's street flooded width
criteria.
Step 8 Modify the proposed system improvements, as required, and complete
steps 5 through 7, until the hydraulic criteria are satisfied.
The result of Task 8 will be a Hydrology and Hydraulics Report which will be formatted as
follows:
1.0
INTRODUCTION
2.0
STUDY OBJECTIVE
3.0
METHODOLOGY
4.0
EXISTING CONDITIONS
5.0
SYSTEM DEFICIENCIES
6.0
PROPOSEDIMPROVEMENTS
Appendix A
- Existing System Hydrology Map and Calculations
Appendix B
- Existing System Hydraulic Calculations
Appendix C
- Proposed System Hydrology Map and Calculations
Appendix D
- Proposed System Mainline Hydraulic Calculations
Appendix E
- Proposed System Catch Basin Sizing and Street Flooded Width
Calculations
This document will be processed along with the Final PS &E for City approval.
Task 9 — Develop Improvement Strategy
The objective of this task is to formulate the improvement strategy for the project prior to
proceeding with final design. The improvement alternatives, along with the corresponding
0
E
construction estimates, will be presented to City staff for the purpose of identifying the preferred
strategy for implementation.
Based upon the alternatives identified in the Labelle Marvin report (Task 7) and the Hydrology
and Hydraulic Study (Task 8), in conjunction with our thorough field reviews, KFM will present a
series (probably on the order of three options) of alternatives for treatment of the roadway and
storm drain system.
With respect to roadway rehabilitation, these alternatives will consider options such as
traditional overlay; ARHM overlay; pulverize in- place /cement street/surface overlay; use of
geotextile fabrics and grids; SAMI; TMAC; and various combinations thereof. Cost estimates will
be developed to accompany each option presented to the City along with our recommendation
for the "optimum" treatment with due consideration given to the budgeting elements of the
project. The drainage improvement scenarios will consist of various rerouting /upsizing of
existing pipes (if necessary) and new storm drain line connections.
Task 10 — Geotechnical Boring Logs for Storm Drain Alignment
Based upon the final proposed storm drain alignment, KFM shall utilize the services of Constant
and Dickey (CDI) to perform geotechnical borings. These borings will be drilled to a depth of 10
feet. A log of borings will be developed to classify the subsurface materials encountered and to
identify the depth of groundwater. This information will be included in the project specifications
for the contractors use in prepartion of the project bid.
These borings will be no further apart than 500 feet. We have assumed that 5 borings will be-.-
taken for this project.
Task 11— Final PS &E
Based upon the approved strategy resulting from Task 9, KFM will complete the construction bid
documents in the form of finals plans, specifications and estimates (PS &E). We envision the
following plan set:
Description # Sheets
• Title Sheet ........................................................
..............................1
• Typical Sections ...............................................
..............................1
• Details ..............................................................
..............................2
• Roadway Plan & Profile ....................................
..............................7
• Storm Drain Plan & Profile ................................
..............................7
• Lateral Profiles .................................................
..............................1
• Striping Plans ...................................................
..............................4
• Traffic Control ...................................................
..............................4
• Cross Sections ................................................
.............................23
TOTAL .......................... 50 Sheets
Roadway plan and profile sheets will be prepared at 1 " =20' horizontal and 1 " =2' vertical scale.
The plans will depict all proposed roadway improvements, including the necessary
removal /replacement of existing curb and clutter to correct existing drainage deficiencies.
Replacement of traffic loops and inclusion of all required ADA improvements and new sidewalk
(if desired by City) will be depicted on these drawings. Also any required median modifications
0
will be included. Profiles will be shown for centerline /crown line, and north and south lips of
gutters. Any grade breaks within the roadway cross section will also be addressed.
Storm drain plan and profile will be prepared at 1 " =20' horizontal and 1 " =2' vertical scale.
Lateral profiles will be depicted on a separate sheet.
Striping plans will be completed at 1 " =20' scale in double plan format.
Traffic control plans will be prepared at 1 " =20' in double plan format for the "mixed master" area
only. Traffic control plans for all other areas of the project will be the contractors responsibility.
Cross sections will be prepared at 25 foot intervals at a scale of 1 " =10' horizontal and 1 " =1'
vertical. All existing and proposed elevations and street crossfalls will be shown.
All plans will be prepared using AutoCAD 14.
Specifications will be prepared in conformance with City of Newport Beach format.
Quantities and cost estimates shall be completed for the project and submitted with the plans
along with all project submittals. Cost estimates will be segmented to conform with the funding
programs for the project.
Task 12 — Project Coordination and Meetings
KFM shall provide all necessary coordination activities and attend all project related meetings
T
for-the duration of the project. No additional compensation will be reouested by KFM,
regardless of the number of meetings.
Task 13 — Federal Processing and Compliance
This project is partially funded under the Arterial Highway Rehabilitation Program (AHRP), a
program which is Federally funded and administered by OCTA with technical oversight
responsibilities resting with Caltrans Local Programs staff.
KFM shall complete the project PS &E in conformance with the guidelines for Federally funded
projects contained in the Caltrans Local Programs Manual and the "Reengineering" circular
dated July 1, 1995. Items of work under this task include:
• Conducting field reviews with Caltrans, as required.
• Certifying PS &E compliance.
• Conducting any required meetings with Caltrans to assure Federal and State
compliance.
• Obtaining all necessary permits required for the project.
• Obtaining FNM -76 approval for the project. In order to award a contract for
construction of the project, the City must receive FNM -76 approval from Caltrans.
This FNM -76 approval is obtained by submitting the bid documents and supporting
forms to the Caltrans local representative which are then reviewed and subsequently
approved, at which time the project can be advertised for construction bids. All
necessary work required to obtain this approval is included in our scope of work.
9
KFM has completed the design and obtained F-NM -76 approval for 14 AHRP projects for various
Orange County municipalities in the last 3 years.
Task 14 — Bidding and Construction Support
This task shall include provision of bid addenda and /or plan clarifications, as well as attendance
at the project preconstruction meeting and other pertinent meetings. KFM shall also be
available to City staff during the construction period to answer questions and provide
clarification to plan and specification issues, as needed.
Task 15 — As -Built Drawings
Upon completion of construction, KFM shall complete as -built drawings for the project. One
hard copy set of plans (mylar), along with digital files will be delivered to the City upon
completion.
Task 16 — Reimbursables
KFM shall provide all reimbursables (mileage, printing, plotting, etc.) for the duration of the
project, excluding bid set reproduction which will be the responsibility of the City of Newport
Beach.
3.0 MANHOUR ALLOCATION
LL
Exhibit A below summarizes the manhours, by task, estimated to complete the scope of work
outlined in Section 2.0 of this proposal.
CITY OF NEWPORT REACH
NEWPORT/BALBOA BLVD.
Item
26th to 16th
MANHOUR ALLOCATION
EXHIBIT A
TASK
KFM STAFF
TOTAL
KFU -I
k1ANHOURE
SUBSL.TOTAL
PM
-:L
MV�E
I. -6- OLL6C—T1-0N------
. XI�A —C
2-F-2'-
_M=CA-DD
4
4
2. FIELD SURVEY
- HoriwntalfVeflical Control
1
8
8
=4
9
9
9
-Aerial Contrd
2
6�=8
-Cross Sections & Grids
10
42
42
- Mmun�ation
I
- Surfacer h
24
25
25
- Subsurface Information
1
12
13
13
3. AERIAL TOPOGRAPHIC MAPPING
---
]—
—3-0
—3.1
4. BASE MAPPING
7-
—8
36
—
36
5. FIELD REVIEWS
8
12
--24
20
20
6. UTILITY INVESTIGATION AND COORDINATION
2
8
6
16
16
7. PAVEMENT DEFLECTION STUDY
4
4
110
114
8. HYDROLOGY & HYDRAULIC STUDY
24
40
24
---j---T2
9. DEVELOP IMPROVEMENT STRATEGY
—fg'—
—24
52
10, STORM DRAIN GEOTECHNICAL BORINGS
4
1
4
36
--40
11. FINAL P S & E
-Title Sheet (1)
1
C
2
4
7
-Typical Swims (1)
4
16
12
32
32
- Details(2)
4
52
52
- Roadway Plan & Profile (7)
56
k28
112
252
252
..... ..
- Stom Drain Plan & Proffic (7)
..84
56
132
132
- Latcml Profiles (1)
4
12
--48
12
28
28
-Stn ping Plans (4)
2
12
12
26
26
- Toffic Control Plans (4)
4
16
32
1 52
52
-Cross Sections (23)
23
46
90
149
149
-Specifications
16
12
28
28
-Cost Estimate
4
12
16
16
12. PROJECT COORDINATION & MEETINGS
16
127
28
28
13. FEDERAL PROCESSING& COMPLIANCE
4
16
12
32
32
14. BIDDING & CONSTRUCTION SUPPORT
4
9
6
18
18
15. AS-BUILTDRAWINGS
2
A
8
14
14
16. REIMBURSABLES
NIA
TOTAL MAN] IOURS
1 245
4261
428
98
1197
176
1373
0 0
4.0 SCHEDULE
The project schedule is depicted graphically on Exhibit B on the following page. This schedule
has been developed based upon an assumed start date of September 5, 2000 and an assumed
agency review duration of five days each for the 50% and final reviews and a review duration of
10 days for the 100% design review. Significant project milestones are summarized as follows:
Notice to Proceed ........................ ...............................
September 26, 2000
Submit PS &E for 50% Design Review .........................
December 12, 2000
Submit PS &E for 100% Design Review .. .........................January
16, 2001
Submit PS &E for Final Review ....... ...............................
February 13, 2001
PS &E Approved; Project Complete ...............................
February 27, 2001
11
d
7
a
ar
t
m°
N
r Y
,a �
X O
wa
O
Z
v
0 0
•
�o
mco�
cW ^ N
m W oz
N
Q
0 2 �
Z Q
O
0
U
V U O
W
O
N n .
O�
xAH
0
0
ti
0
-
0
co
N�
N
O
Lo
O
O
O
0
c
U,'
0
O
fW/1
0
N
•
�o
mco�
cW ^ N
m W oz
N
Q
0 2 �
Z Q
O
0
U
V U O
W
O
N n .
O�
xAH
O-
-
0
co
N�
N
O
Lo
N
0
0
0
0
U,'
0
ago
m
�
�
a
0
3
3
O N
Oa
s
m
>
N
>
>
°
Cc
a
�c
_
>
Uzw
O
Un
°
�°-
co
o
U
o
n
N
E
p
a
°
U
a>
o
3
°
3
a
3=
N
o
W
`n
d
N
r
'd
L-
>`
o
—
Z
as
n
a
c
a—
06
o¢
a
o¢�
a>
o
oc
o
O7_��
U
r'
L)
-°
as
.�
°
N
a
-
o
>
'o
d
>
m
E
-0
C
w
E
C
m
>
E
C
ro
m
W
a25
d
Z
a
LL
Q
m
D
d
2
0
ii
in
Q
ii
in
Q
fr
in
Q
ii
V
H
bA
Lr
G�
6�
bA
9
8
0 0
5.0 QUALIFICATIONS
KFM Engineering, Inc. has assembled a Project Team which is knowledgeable and experienced
in all aspects of the subject project. The Project Team structure is illustrated on Exhibit C on the
following page. Personal resumes of the key team members identified are enclosed at the end
of this proposal section.
The Project Manager for the project will be Mr. Rick Kreuzer, P.E. Mr. Kreuzer is a Registered
Civil Engineer in California with 17 years of cavil engineering experience, including three years
with the Orange County Environmental Management Agency as a construction inspector, one
year as a Project Engineer for a major Orange County contractor and the last eleven years as a
consultant. As the Project Manager, Mr. Kreuzer will have overall technical responsibility for the
project and will be the client's primary contact. He will also have "hands -on" involvement in the
day to day design of the project. His experience is well suited to this project, as summarized
below:
• 17+ years as a consultant with an emphasis in public works design.
• Numerous storm drain, roadway widening, and reconstruction /rehabilitation projects
completed for various cities in Orange County over the past seventeen years.
• Extensive experience coordinating with utility companies.
• 3 years with OCEMA as field inspector on public works projects. He has a strong
understanding of the construction elements to be considered on a project of this type.
Recent street improvement projects similar in nature to the subject project which Mr. Kreuzer
has managed include:
PROJECT
CLIENT
CONSTRUCTION COST
Artesia Boulevard
Buena Park
$1,200,000
Fairview Road
Costa Mesa
$3,400,000
Yorba Linda Boulevard
Placentia
$1,200,000
Tustin Street
Orange
$1,100,000
Ortega Highway
Sari Juan Capistrano
$200,000
Del Obispo Road
Sari Juan Capistrano
$300,000
Katella Avenue
Anaheim
$18,000,000
MacArthur Boulevard
Newport Beach
$700,000
San Miguel Road
Newport Beach
$200,000
Taft Avenue
Orange
$1,500,000
a
W
F V
x��d
Y
Q
W
m
Q
3
W
Z
IL
O
0
W
IL d
CCn
d
O
W_
U
V�
W j,
N �
d �
W W
W
J S
G�
W
N
01
Z 'N
O
A W
IL
WU
2
4
H! ,�
j
W �
N
9
o
Z ;;
C.)
V
q
cd
W
m �
�
H
w
ou
Z CQ
d
L
d
C P�R
Ul E d
3
N
a�
U
01
w
O
01
Aw
Y.
H
N
t
L
0
N
d
U
N
Qd
F
PROJECT
CLIENT
CONSTRUCTION COST
Main Street
Orange
$850,000
Imperial Highway
La Habra
$30,000,000
Lincoln Avenue
Anaheim
$800,000
Lake Forest Drive
OCPFRD
$3,000,000
Beach Boulevard
Huntington Beach
$1,100,000
Avenido Pico
Sari Clemente
$400,000
Marguerite Parkway
Mission Viejo
$700,000
Annual Resurfacing Program 94 -95
Dana Point
$500,000
Annual Resurfacing Program 94 -95
Dana Point
$600,000
Annual Resurfacing Program 94 -95
Sari Juan Capistrano
$600,000
Mr. Kreuzer will be assisted by Jeff Lund. His main area of expertise is in the design of street
widening and rehabilitation projects. Mr. Lund served as the Project Engineer for the vast
majority of the projects listed above. Mr. Lund's experience includes 8 years as a
Design /Project Engineer. Prior to that, Mr. Lund served 5 years as a project inspector for the
City of Santa Barbara where he was rsrarislble for fie:J Inspection /oversight of all City roadway
and storm drain improvement projects.
Ed Miller, P.E. will be responsible for the design of the traffic elements of the project, including
the development of striping and traffic control plans. Mr. Miller has 16 years of experience in
transportation /traffic design. He also has extensive experience processing Federally funded
projects through Caltrans.
The field surveying for the project will be under the direction of Ted Krull, L.S. Mr. Krull serves
as KFM's survey party chief. He is a Registered Land Surveyor in the State of California with
over 22 years of professional experience.
Arrowhead Mapping of San Bernardino will supply the aerial mapping for the project. They have
worked extensively with KFM over the last 5 years.
Steve Marvin, P.E. of Labelle -Marvin will oversee the pavement deflection study work on the
project. Mr. Marvin is widely recognized as the leading authority regarding pavement analysis
and engineering. Labelle -Marvin has worked on numerous projects with KFM in the past,
including most of the projects mentioned herein.
Brian Constant, P.E. of Constant and Dickey (CDI) will oversee the drilling and development of
boring logs for the proposed storm drain alignment. CDI is currently working on multiple
projects as a subconsultant to KFM.
e 0
CITY OF NEWPORT BEACH
NEWPORT/BALBOA BLVD.
from
26th to 16(h
FEESCHEDULE
EXHIBIT
TASK
KFM STAFF
TOTAL
KFXf
WNHOURS
LUMP
sum
TOTAL
(vIS)
PM
($85)
PE
(570)
ADD
(5170)
Y
1. DATA COLLECTION
2
2
4
00
2. FIELD SURVEY
- HorizonWIVertical Control
1
9
9
51,475
-Aerial Control
2
__-___
6
8
51,250
-Cross Sections & Grids
2
40
42
S7,032
- mmumentation
1-
9
SI.475
- Surface Topography
1
24
$4,195
- Subsurface lnrormalion
12
-25---
13
$2.155
3. AERIAL TOPOGRAPHIC MAPPING
I
1
$3,150
53,265
4, BASE MAPPING ... ....
S. FIELD REVIEWS
4
8
8
12
24
36
20
52,820
51,940
6. UTILITY INVESTIGATION AND COORDINATION
2
8
6
16
S1,330
7 PAVEMENT DEFLECTION STUDY
4
510,300
S10,760
8. HYDROLOGY & HYDRAULIC STUDY
46
24
S7,840
9. DEVELOP IMPROVEMENT STRATEGY
16
24
12
.-88
.
.. .....
$4,720
ID. STORM DRAIN GEOTEC14NICAL BORINGS
4
52,300
52.960
11, FINAL P S & E
-Title Sheaf
i (1)
--2 -
7
S565
-T ical Seuions (1)
4
16
12
32
$2,660
- Details(2)
4
241
24
52
$4,180
- Roadway Plan & Profile (7)
56
84
112
252
$21,420
- Storm Drain Plan Profile (7)
28
56
56
48
132
$11,340
- Lateral Profiles (1)
4
12
12
28
1
$2,320
- Striping Plans (4)
2
12
12
32
26
$2,090
- Tmffic Control Plans (4)
4
--16
52
$4,060
- Crow Sections(23)
23
46
90
149
$12,155
-S cifications
16
4
12
12
28
$2,860
$1,480
-Cost Eslimtc
16
12. PROJECT COORDINATION & MEETINGS
16
12
28
$2,860
13. FEDERAL PROCESSING & COMPMANCE
4
16
12
31
$2,660
14. BIDDING & CONSTRUCT)ON SUPPORT
4
8
6
_
18
$1,560
15, AS -BUILT DRAWINGS
2
4
1 8
14
S1,130
16. REIMBURSA13LES
1 $2,000
$2,000
TOTAL MANHOURS
TOTAL COSTS
245
$28,175
426
$36,210
428
$32,100
99
$16,660
1197
$17,950
$128,955
LESS 10% ........................... $12,896
TOTAL FEE ..... ....... . ...... - $116,060
0
0
EXHIBIT B
KFM ENGINEERING, INC.
SCHEDULE OF HOURLY BILLING RATES
Rates Effective through December 31, 2000
OFFICE PERSONNEL:
Typists, Word Processors ........................ ..............................$ 30.00 /Hr.
Technician ............................................... ..............................$ 45.00 /Hr.
Design Engineers / CADD Operators ....... ..............................$ 70.00 /Hr.
Project Engineers ..................................... ..............................$ 85.00 /Hr.
Project Managers ..................................... ..............................$ 115.00/Hr.
FIELD PERSONNEL:
Two -Man Survey Party,
including Truck and Equipment...
Three -Man Survey Party,
.n-_! :ding Tr..c ; -_; d Equipment...
..... ............................... $ 135.00/Hr.
........... ..............................$ 170.00 /Hr.
SUPPORT & MISCELLANEOUS COSTS:
C.A.D.D. Work Station / Plotter .................. ..............................$
25.00 /Hr.
Computer time ........................................ ...............................
$
16.00 11-1r.
Telefax..................................................... ..............................$
2.00 /Pg.
Electronic Distance Measuring Equipment (E.D.M.) ...............$
55.00 /Day
Survey Trucks. r ........ I ....... I ....... ............ r ........... r .........
$
0.50 /Mile
Other Vehicles ........................................ ...............................
$
0.30 /Mile
Outside services and consultants are billed at direct costs plus 15 %. Blueprints,
reproduction, messenger service, subsistence, travel and other expenses are billed at
direct cost plus 10 %. Terms are net 30 days with 1'/2% per month interest charges.
The above schedule is for straight time hours.
� KFM �
l 9
F-K" 13tT "P,,
August 28, 2000
Mr. Bill Patapoff, P.E.
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92658
RE: Revised Proposal for Professional Engineering Services for Balboa Boulevard
Improvements from 12`h Street to Medina Way.
Dear Mr. Patapoff:
KFM appreciates the opportunity to submit this proposal. We believe we are very well qualified
for the subject project, having completed numerous roadway rehabilitation projects under the
AHRP program over the last three years.
Our proposal is formatted as follows:
SECTION 1.0 ............PROJECT OVERVIEW — -
SECTION 2.0 ............SCOPE OF WORK
SECTION 3.0 ............MANHOUR ALLOCATION
SECTION 4.0 ............SCHEDULE
SECTION 5.0 ............ QUALIFICATIONS
Per the requirements of the RFP, we have enclosed our proposed fee in a separate sealed
envelope.
Once again, we appreciate the opportunity to be of further service to the City of Newport Beach.
If you have any questions regarding this proposal or require additional information, please do
not hesitate to give me a call.
Respectfully submitted:
Rick Kreuzer, P.E.
President
266.',2 Tj % %ne Centre Dave • Suite 240 - FoothiN Ranch • Caiiforr•ia • 92610
Ph: 949.580.3838 Far: 949.580.3837
11
1.0 PROJECT OVERVIEW
•
The City of Newport Beach has solicited proposals for the design of improvements to Balboa
Boulevard from 12th Street to Medina Way. The improvements will include the
rehabilitation /reconstruction of the roadway and the construction of drainage systems. Parkway
improvements in the form of new curb and gutter, sidewalk, and access ramps will be
implemented, as warranted.
In preparation of this proposal, KFM has:
• Collected all as -built drawings for the project.
• Conducted a thorough field review of the project and developed a
comprehensive photo log to document existing site conditions.
• Collected and reviewed City drainage atlas sheets for the project
area.
• Discussed the project with City staff.
• Discussed the project with Steve Marvin of Labelle Marvin. _
We believe these research efforts have given us a good understanding of the project
requirements and the key issues, as summarized below, which we believe will need to be
addressed for successful completion of the project.
KEYISSUES
INNOVATIVE REHABILITATION STRATEGIES
Innovative, cost effective solutions to improve the condition of the Balboa Boulevard roadway
section will be our primary focus. KFM will be utilizing the services of Labelle Marvin (LM) for
the preparation of a Pavement Report for the project.
In order to arrive at a preferred rehabilitation strategy, two primary design elements need to be
considered, summarized as follows:
:• Vertical Considerations — Many times the rehabilitation strategy which appears to be the
most cost effective solution at the onset does not result in the best long term solution.
As an example, a roadway which is in fair to poor condition may require a thicker overlay
on the order of 3 to 4 inches. While this approach may result in the best unit price
rehabilitation strategy, it may also result in much steeper roadway crossfalls and /or an
irregular roadway cross slope condition, neither of which results in a road with good
rideability. This is particularly important when you have a project which, like the project
at hand, consists of fairly irregular cross fall conditions and defined edge conditions
(curb and gutter both sides and raised medians in the center). This example serves to
0 0
point out the critical interrelationship between pavement improvement strategies and the
vertical design component of a project. In other words, a perfectly applicable solution,
from a pavement improvement perspective, may not be feasible if the vertical design
criteria for the project cannot be satisfied. KFM and Labelle Marvin understand this
critical interrelationship, having completed an excess of 20 roadway rehabilitation
projects together over the last 5 years. We will work very closely on this project to
develop the very best strategy for improvement of Balboa Boulevard.
A specific concern with respect to the vertical design of the roadway is that a large
portion of the subject project area drains to the raised median area in the center of the
road where it is picked up by inlets in the median. This condition is depicted in the
photographs below:
During the design process, KFM will investigate the potential for reconfiguring the
crossfall of the roadway to drain entirely (or primarily) toward the sides where there is
more room available to accommodate flooding in the street and to relieve flooding in the
#1 lanes adjacent to the median. Once again, KFM will work closely with Labelle Marvin
to "marry' this vertical design issue to the proposed pavement improvement strategies.
Budget — Another important tool to obtaining the best improvement strategies for a
project is knowing the construction budget for a project. This "sets the bar" for us and
gives us a target number to improve upon.
In summary, we cannot emphasize enough that the development of innovative and cost
effective improvement strategies are very much a collaborative effort between the engineer and
pavement specialists. KFM and Labelle Marvin bring this close working relationship as well as a
wealth of roadway rehabilitation design experience to the subject project.
DRAINAGE
Currently, the project area is drained by a network of inlets and pipes which outfall to the Bay at
two locations, summarized as follows:
• 12 inch CAP in 11'h Street
• 18 inch CAP in 10`h Street
Improvement to the drainage system will be a critical component of the project. Improper
roadway drainage is one of the leading contributors to the degradation of a roadway surface. It
will be KFM's charge to improve the drainage situation in the project area. This will be
accomplished by upgrading existing underground and/ or constructing new underground
systems, including new inlets to get the surface run -off out of the travelway and to its outfall to
the Bay as efficiently as possible. KFM will accomplish this by completing a comprehensive
Hydrology and Hydraulic study which will determine the needed improvements. The scope of
work for this study is described in detail in Section 2.0 of this proposal.
CROSS SECTIONING
As evidenced by the preceding discussion, the vertical design component of this project is a
very key consideration. Balboa Boulevard is a roadway which has a relatively irregular crossfall
condition. Based upon our field review, we believe it is imperative to obtain existing cross
sections at a tighter than normal interval. We are proposing to cross section the entire project at
25 foot intervals. Moreover, KFM will also obtain grid elevations at all intersections to insure
that the project drains properly and that all ponding areas are eliminated. The attainment of
complete and thorough survey information regarding the existing vertical condition of the
roadway will be critical to the development of a plan package that will not result in "field fitting"
during construction.
PROJECT ADMINISTRATION
This project is partly funded with AHRP funds. The AHRP program is subject to Federal
guidelines which are administered by Caltrans District 12. KFM Engineering is currently
processing 6 projects through this program. We understand the plan format requirements and
administrative aspects which are required for Federal projects. Further, we enjoy a very good
working relationship with the Caltrans Local Programs Administrator for the City of Newport
Beach, Mr. Talib Aziz. Mr. Aziz can attest to KFM's knowledge regarding the AHRP and
Federal funding process as a whole.
UTILITY COORDINATION
Utility coordination is a very important aspect of any project. KFM employs a very
comprehensive and detailed approach to coordinating with utility agencies.
PROJECT MANAGEMENT
No project is successful without effective project management. KFM engineering was founded
on the philosophy of providing hands -on, experienced, proactive project management on all
projects. This project will be no exception. Our proposed Project Manager, Rick Kreuzer, has
17 years of design and project management experience. He will not only be involved with
project management and oversight, but will also be involved in day to day design of the project.
We strongly encourage the City of Newport Beach to contact any of our client references cited
herein regarding Mr. Kreuzer's and the balance of KFM Teams' performance on past projects.
2.0 SCOPE OF WORK
Task 1— Data Collection
C
KFM shall collect and review all record information including, but not necessarily limited to, the
following:
• As -built drawings'
• Utility record drawings
• Right -of -way record maps'
• Assessors parcel maps "
• Benchmark information
• Centerline intersection ties
• Drainage Index Maps *
* denotes information already gathered by KFM in preparation of this proposal.
Task 2 — Field Survey
Field survey work shall consist of the following subtasks:
♦ Horizontal/Vertical Tie in centerline monumentation and run
bench loop.
♦ Aerial Control Set aerial targets and tie -in to horizontal i
vertical control.
♦ Cross Sections Survey cross sections will be taken at 25
foot intervals for the entire project stretch.
Elevations shall be obtained at centerline,
lane lines, grade breaks, lip of gutter,
flowline, top of curb and at existing
right -of -way.
♦ Monumentation Locate existing centerline monumentation
and reset with temporary points, as
required.
♦ Surface Topography Locationslelevations will be picked up for all
existing site features (manholes, valves,
pedestals, signs, etc.) within the proposed
right -of -way. This information will
supplement the aerial base sheets.
♦ Subsurface Information Sewer manholes and storm drain inlets,
catch basins and manholes will be dipped to
obtain accurate invert elevations. This
as -built information will be critical to
avoiding utility conflicts during construction.
Task 3 — Aerial Topographic Mapping
Aerial topographic mapping will be completed at V =20' scale for the subject project. Mapping
will extend to a minimum of 20 feet beyond the roadway right -of -way. Contours will be depicted
at 1 foot intervals. All surface features such as manholes, valves, vaults and the like will be
depicted.
Task 4 — Base Mapping
Aerial mapping will be downloaded into KFM's CADD system. Utilizing information obtained
under Tasks 1 through 3, KFM will plot all property lines, street right -of -way lines, and
underground utility lines.
Task 5 — Field Reviews
The value of conducting thorough field reviews on a project cannot be underestimated. KFM
believes very strongly in walking our projects in the field throughout the base mapping and
design stages of a project to insure all design issues are considered. This task will be
particularly important on the subject project due to the variety of conditions which exist within
the project limits.
Thorough field reviews will be conducted by the KFM project team throughout the duration of
the project.
Task 6 — Utility Investigation and Coordination
Utility coordination will be ongoing throughout the duration of this project and will consist of the
following tasks:
♦ Obtain plans showing location and size of all utility lines and appurtenances
within the project area.
♦ Plot utility lines on Base Map (Task 4).
♦ Cross check plotted locations above with field review information to insure that
existing lines are shown in the proper location. Request potholing from utility
companies, as warranted.
♦ Upon finalizing the proposed roadway improvements, determine where potential
utility conflicts exist and where utility modifications are warranted.
♦ Coordinate with affected utility companies regarding conflicts, relocations and
improvements. Two (2) full sets of plans will be submitted for comment to each
utility agency concurrent with all KFM submittals to the City for plan check. All
correspondence with utility companies will be sent via certified mail.
Task 7— Pavement Deflection Study
Labelle Marvin will complete a Pavement Deflection Study for the section of Balboa Boulevard
between 12`h Street and Median Way to determine the required roadway improvement
alternatives. This task will involve the following:
• Non - destructive pavement deflection data shall be gathered from each traveled lane
such that three sensor readings are recorded at each test location at select intervals.
• •
Labelle Marvin, Inc., shall provide Road Rater, operator, recorder and traffic control
as necessary, to protect the traveling public and work force.
• During deflection testing operations, notes of visual pavement conditions and /or.
distress, cross streets, presence or absence of curb and gutter, and other such
observations shall be logged.
Field data collected shall be returned to the Labelle Marvin office for processing
through their computer. This processing shall produce a typed tabulation of all data
and field notes thereon, which locate the intersections of cross streets, pertinent
landmarks, field conditions, etc. The tabulation shall include the reading of three
Road Rater sensors, as well as the conversion of Road Rater Sensor Number One
to an equivalent Traveling Deflectometer unit.
• An engineering review of test data to isolate or separate limits of similar deflection
response for statistical summary of data (providing the 80th percentile deflection)
shall be made.
• Prior to field sampling operations, Underground Service Alert will be notified, all test
locations marked, and a meeting held, if requested, with concerned utilities to
relocate test sites as necessary.
• Coring and boring of the in -site roadway materials shall be performed at a total of 12
locations to determine pavement thicknesses and to obtain subgrade materials for
further analysis. These corings will be taken to a depth of 30 feet.All sample
locations will be backfilled and patched. Labelle Marvin shall provide traffic control
during sampling operations.
• The in -place moisture content of the subgrade soil samples removed at each location
shall be determined. Individual or composite samples of subgrade material which
typify the materials encountered shall be selected and subjected to R -Value testing
for replacement section design.
• Using the traffic indices provided by the City and existing pavement thickness
information determined during current or previous coring operations, the 80th
percentile deflection response shall then be compared to known pavement models.
This comparison shall produce overlay requirements for a select design period in
accordance with Caltrans Test Method Number 356, and a service life reading
(Nominal Service Life) for the roadways studied.
A Registered Civil Engineer shall supervise all operations, review all completed data
and incorporate results of deflection testing and pavement conditions. Engineered
recommendations for alternate methods of pavement rehabilitation based upon
deflections and materials analysis shall be provided.
Task 8 — Hydrology and Hydraulic Study
The specific methodology KFM Engineering will implement to complete the hydrology and
hydraulic report for the subject project will consist of a series of steps, summarized as follows:
Step 1 Collect all existing as -built drawings, index maps, and hydrology /hydraulic
reports on file for the project area.
Step 2 Conduct a thorough field review to verify drainage boundaries, identify
overland flow direction and to verify existing pick -up points, including both
on -site (within public RPN) and off -site (private property) catchment points
(i.e., inlets, catch basins).
Step 3 Prepare a hydrology map for the existing drainage system. Hydrology
calculations will be prepared for a 10 and 25 year storm event using
AES -RATOC software. 10 and 25 year flows will be shown at all major
confluence locations as well as the outfalls to the Bay.
Step 4 Complete hydraulic calculations for the existing storm drain system for the
10 and 25 year flows. Calculations will be computed using WSPG
software. This step will serve to verify the existing drainage system
deficiencies.
Step 5 Prepare preliminary layout of proposed drainage system improvements,
including proposed catch basin locations.
Step 6 Prepare a hydrology map for the proposed drainage system identified
under Step 5. Complete hydrology calculations (10/25 year) including
catch basin /inlet hydrology.
Step 7 Complete mainline and catch basin hydraulic calculations to determine if
the proposed system improvements satisfy the City's street flooded width
criteria.
Step 8 Modify the proposed system improvements, as required, and complete
steps 5 through 7, until the hydraulic criteria are satisfied.
The result of Task 8 will be a Hydrology and Hydraulics Reoort which will be formatted as
follows:
1.0
INTRODUCTION
2.0
STUDY OBJECTIVE
3.0
METHODOLOGY
4.0
EXISTING CONDITIONS
5.0
SYSTEM DEFICIENCIES
6.0
PROPOSEDIMPROVEMENTS
Appendix A - Existing System Hydrology Map and Calculations
Appendix B - Existing System Hydraulic Calculations
Appendix C - Proposed System Hydrology Map and Calculations
Appendix D - Proposed System Mainline Hydraulic Calculations
Appendix E - Proposed System Catch Basin Sizing and Street Flooded Width
Calculations
This document will be processed along with the Final PS &E for City approval.
Task 9 — Develop Improvement Strategy
The objective of this task is to formulate the improvement strategy for the project prior to
proceeding with final design. The improvement alternatives, along with the corresponding
construction estimates, will be presented to City staff for the purpose of identifying the preferred
strategy for implementation.
Based upon the alternatives identified in the Labelle Marvin report (Task 7) and the Hydrology.
and Hydraulic Study (Task 8), in conjunction with our thorough field reviews, KFM will present a
series (probably on the order of three options) of alternatives for treatment of the roadway and
storm drain system.
With respect to roadway rehabilitation, these alternatives will consider options such as
traditional overlay; ARHM overlay; pulverize in- place /cement streetisurface overlay; use of
geotextile fabrics and grids; SAM[; TMAC; and various combinations thereof. Cost estimates will
be developed to accompany each option presented to the City along with our recommendation
for the "optimum" treatment with due consideration given to the budgeting elements of the
project. The drainage improvement scenarios will consist of various rerouting /upsizing of
existing pipes (if necessary) and new storm drain line connections.
Task 10 — Geotechnical Boring Logs for Storm Drain Alignment
Based upon the final proposed storm drain alignment, KFM shall utilize the services of Constant
and Dickey (CDI) to perform geotechnical borings. These borings will be drilled to a depth of 10
feet. A log of borings will be developed to classify the subsurface materials encountered and to
identify the depth of groundwater. This information will be included in the project specifications
for the contractors use in prepartion of the project bid.
These borings will be no further apart than 500 feet. We have assumed that 5 borings will be
taken for this project.
Task 11— Final PS &E
Based upon the approved strategy resulting from Task 9, KFM will complete the construction bid
documents in the form of finals plans, specifications and estimates (PS &E). We envision the
following plan set:
Description
• Title Sheet ........................
• Typical Sections ...............
• Details ..............................
• Roadway Plan & Profile....
• Storm Drain Plan & Profile
• Lateral Profiles .................
• Striping Plans ...................
• Cross Sections.. . ..............
# Sheets
TOTAL .......................... 49 Sheets
Roadway plan and profile sheets will be prepared at 1 " =20' horizontal and 1" =2' vertical scale.
The plans will depict all proposed roadway improvements, including the necessary
removal /replacement of existing curb and gutter to correct existing drainage deficiencies.
Replacement of traffic loops and inclusion of all required ADA improvements and new sidewalk
(if desired by City) will be depicted on these drawings. Profiles will be shown for
centerline /crown line, and north and south lips of gutters. Any grade breaks within the roadway
cross section will also be addressed.
9 0
Storm drain plan and profile will be prepared at 1 " =20' horizontal and 1 " =2' vertical scale.
Lateral profiles will be depicted on a separate sheet.
Striping plans will be completed at V =20' scale in double plan format.
Cross sections will be prepared at 25 foot intervals at a scale of V =10' horizontal and V =1'
vertical. All existing and proposed elevations and street crossfalls will be shown.
All plans will be prepared using AutoCAD 14.
Specifications will be prepared in conformance with City of Newport Beach format.
Quantities and cost estimates shall be completed for the project and submitted with the plans
along with all project submittals. Cost estimates will be segmented to conform with the funding
programs for the project.
Task 12 — Project Coordination and Meetings
KFM shall provide all necessary coordination activities and attend all project related meetings
for the duration of the project. No additional compensation will be requested by KFM,
regardless of the number of meetings.
Task 13 — Federal Processing and Compliance
This project is partially funded under the Arterial Highway Rehabilitation Program (AHRP), a
program which is Federally funded and administered by OCTA with technical oversight
responsibilities resting with Caltrans Local Programs staff.
KFM shall complete the project PS &E in conformance with the guidelines for Federally funded
projects contained in the Caltrans Local Programs Manual and the "Reengineering" circular
dated July 1, 1995. Items of work under this task include:
• Conducting field reviews with Caltrans, as required.
• Certifying PS &E compliance.
• Conducting any required meetings with Caltrans to assure Federal and State
compliance.
• Obtaining all necessary permits required for the project.
• Obtaining FNM -76 approval for the project. In order to award a contract for
construction of the project, the City must receive FNM -76 approval from Caltrans.
This FNM -76 approval is obtained by submitting the bid documents and supporting
forms to the Caltrans local representative which are then reviewed and subsequently
approved, at which time the project can be advertised for construction bids. All
necessary work required to obtain this approval is included in our scope of work.
KFM has completed the design and obtained FNM -76 approval for 14 AHRP projects for various
Orange County municipalities in the last 3 years.
0
Task 14 — Bidding and Construction Support
This task shall include provision of bid addenda and /or plan clarifications, as well as attendance
at the project preconstruction meeting and other pertinent meetings. KFM shall also be .
available to City staff during the construction period to answer questions and provide
clarification to plan and specification issues, as needed.
Task 15 — As -Built Drawings
Upon completion of construction, KFM shall complete as -built drawings for the project. One
hard copy set of plans (mylar), along with digital files will be delivered to the City upon
completion.
Task 16 — Reimbursables
KFM shall provide all reimbursables (mileage, printing, plotting, etc.) for the duration of the
project, excluding bid set reproduction which will be the responsibility of the City of Newport
Beach.
0
0
3.0 MANHOUR ALLOCATION
Exhibit A below summarizes the manhours, by task, estimated to complete the scope of work
outlined in Section 2.0 of this proposal.
CITY OF NEWPORT BEACH
BALBOA BLVD.
from
12th to Medina
MANHOUR ALLOCATION
EXHIBIT
TASK
KFM STAFF
TOTAL
KFM
&IANHOURS
SUBS.
TOTAL
PM
CAQD
SURVEY
1. DATA COLLECTION.__
OLLECTION
2
2
4
4
2. FIELD SURVEY
- Horizmwl/Vertiw] Control
9
-Aerial Control
-Cross Sections & Gfids
2
6
8
8
2
40
42
42
- Mm ntaljm
I
- Surface Topography
1
24
25
25
- Subsurface Information
1
12
13
13
3. AERIAL TOPOGRAPHIC MAPPING
I
1
32
33
4. BASE MAPPING
5. FIELD REVIEWS
4
i .........
8
IT
24
36
20
36
20
6. UTILJTY 114VESTIGATION AND COORDINATION
2
8
6
I(F
16
7. PAVEMENT DEFLECTION STUDY
4
4
110
114
8. HYDROLOGY & HYDRAULIC STUDY
N
40
24
88
88
—52
9. DEVELOP IMPROVEMENT STRATEGY
16
4
24
12
52
10. STORM DRAIN GEOTECHNICAL BORINGS
36
40
11. FINAL P S & E
-Title
1
2
4
7
-Typical Sections 1)
4
16
12
T27-
52
-Details (2)
4
24
24
52
52
124
274
- Storm Drain Plea & Profile (8)
_60
28
64
48
140
140
- Lateml Profile (1)
4
28
28
- Striping Plans (4)
2
12
12
26
26
-Cron Seoims(24)
24
49
80
152
152
-Sp"ificalims
16
12
28
29
-Cost Eslj=te
4
12
16
16
12. PROJECT COORDINATION & MEETINGS
16
12
28
28
13. FEDERAL PROCESSING & COMPLIANCE
4
16
12
32
14. BIDDING & CONSTRUCTION SUPPORT
4
8
6
jw—
18
15. AS-BUILT DRAWINGS
2
4
8
14
14
16. REIMBURSABLES
N/A
TOTALMANHOURS
24T6426
409
98F
1178
178
1356
4.0 SCHEDULE
E
The project schedule is depicted graphically on Exhibit B on the following page. This schedule
has been developed based upon an assumed start date of September 5, 2000 and an assumed
agency review duration of five days each for the 50% and final reviews and a review duration of
10 days for the 100% design review. Significant project milestones are summarized as follows:
Notice to Proceed ........................ ............................... September 26, 2000
Submit PS &E for 50% Design Review ......................... November 21, 2000
Submit PS &E for 100% Design Review ....................... December 12, 2000
Submit PS &E for Final Review .......... ............................... January 2, 2001
PS &E Approved; Project Complete ........ .........................January 16, 2001
d
3
d
L
m V
a
Wo
IL `
x �
3
U
w z
aaW
°ago
F
Z4
C q H
F
U O
ai
�I
9 0
O O O
o ~ '
o U
a a
y o
N
0 0
z z
o
2 O1
Q O
W
p
U U '
O
N �
O ►
o �
2 N
N N
O
U
Foo, i°o_ O
U U �
O O ,
o'o m 0 -° 0 0 0° olio °1300 0`� oi� a o in I� rIrI� N N N N3 n �I �10 I� �I
u
p O W 0� W C a p N
CL W to > 06 > w6 .L > U O2
06 0 Cc a o¢ a o Ir `� n
CL (n T >.I
O d oc N co: N E O i U W
@ @ @ MS
N C 0) C O1 w = cm C 0
0 LL co aLL U) QIr U,aJLL0-
U
H
bA
it
W
x
c
>
3
a3
ro
�,
1
0 c
0
O
C
U
0
@
�
@
U
CO
O
U
aa
.n
d
0
ob
0
0
@
m°
Q
a
O
U
@
E
U
@
-0
@
d
.T.
N
o
>a
z0
LEQmZ)aS
u
p O W 0� W C a p N
CL W to > 06 > w6 .L > U O2
06 0 Cc a o¢ a o Ir `� n
CL (n T >.I
O d oc N co: N E O i U W
@ @ @ MS
N C 0) C O1 w = cm C 0
0 LL co aLL U) QIr U,aJLL0-
U
H
bA
it
W
x
I
>
3
a3
u
p O W 0� W C a p N
CL W to > 06 > w6 .L > U O2
06 0 Cc a o¢ a o Ir `� n
CL (n T >.I
O d oc N co: N E O i U W
@ @ @ MS
N C 0) C O1 w = cm C 0
0 LL co aLL U) QIr U,aJLL0-
U
H
bA
it
W
x
5.0 QUALIFICATIONS
KFM Engineering, Inc. has assembled a Project Team which is knowledgeable and experienced
in all aspects of the subject project. The Project Team structure is illustrated on Exhibit C on the
following page. Personal resumes of the key team members identified are enclosed at the end
of this proposal section.
The Project Manager for the project will be Mr. Rick Kreuzer, P.E. Mr. Kreuzer is a Registered
Civil Engineer in California with 17 years of civil engineering experience, including three years
with the Orange County Environmental Management Agency as a construction inspector, one
year as a Project Engineer for a major Orange County contractor and the last eleven years as a
consultant. As the Project Manager, Mr. Kreuzer will have overall technical responsibility for the
project and will be the client's primary contact. He will also have "hands -on" involvement in the
day to day design of the project. His experience is well suited to this project, as summarized
below:
• 17+ years as a consultant with an emphasis in public works design.
• Numerous storm drain, roadway widening, and reconstruction /rehabilitation projects
completed forrarious.cifies in Orange County over the past seventeen years.
• Extensive experience coordinating with utility companies.
• 3 years with OCEMA as field inspector on public works projects. He has a strong
understanding of the construction elements to be considered on a project of this type.
Recent street improvement projects similar in nature to the subject project which Mr. Kreuzer
has managed include:
PROJECT
CLIENT
CONSTRUCTION COST
Artesia Boulevard
Buena Park
$1,200,000
Fairview Road
Costa Mesa
$3,400,000
Yorba Linda Boulevard
Placentia
$1,200,000
Tustin Street
Orange
$1,100,000
Ortega Highway
San Juan Capistrano
$200,000
Del Obispo Road
San Juan Capistrano
$300,000
Katella Avenue
Anaheim
$18,000,000
MacArthur Boulevard
Newport Beach
$700,000
San Miguel Road
Newport Beach
$200,000
Taft Avenue
Orange
$1,500,000
2
a
W
Vh
hV
m W
Ic
L
1�
Y
Q
W
m
Off.
YI
Z
N6
O
�J
ui �.
L o
d
U
0
v�
tY �
41 •�
d �
W�
J •�
� d
W
m
Z O�
W
W o'
0.,
N �>
J
cc
7�
W ry
h
0
a U
Z -CZ
d�
� R,
d
3 C
a�
W
a
N
d
L
0
N
d
U
ca
h
d
0
Z.11
e
.j
Q d
ul
z��
-0 O
N
a U
Z -CZ
d�
� R,
d
3 C
a�
W
a
N
d
L
0
N
d
U
ca
h
d
0 0
PROJECT
CLIENT
CONSTRUCTION COST
Main Street
Orange
$850,000
Imperial Highway
La Habra
$30,000,000
Lincoln Avenue
Anaheim
$800,000
Lake Forest Drive
OCPFRD
$3,000,000
Beach Boulevard
Huntington Beach
$1,100,000
Avenido Pico
San Clemente
$400,000
Marguerite Parkway
Mission Viejo
$700,000
Annual Resurfacing Program 94 -95
Dana Point
$500,000
Annual Resurfacing Program 94 -95
Dana Point
$600,000
Annual Resurfacing Program 94 -95
San Juan Capistrano
$600,000
Mr. Kreuzer will be assisted by Jeff Lund. His main area of expertise is in the design of street
widening and rehabilitation projects. Mr. Lund served as the Project Engineer for the vast
majority of the projects listed above. Mr. Lund's experience includes 8 years as a
Design /Project Engineer. Prior to that, Mr. Lund served 5 years as a project inspector for the
City of Santa Barbara where he was responsible for field inspection/oversigi City roadaaay
and storm drain improvement projects.
Ed Miller, P.E. will be responsible for the design of the traffic elements of the project, including
the development of striping and traffic control plans. Mr. Miller has 16 years of experience in
transportation /traffic design. He also has extensive experience processing Federally funded
projects through Caltrans.
The field surveying for the project will be under the direction of Ted Krull, L.S. Mr. Krull serves
as KFM's survey party chief. He is a Registered Land Surveyor in the State of California with
over 22 years of professional experience.
Arrowhead Mapping of San Bernardino will supply the aerial mapping for the project. They have
worked extensively with KFM over the last 5 years.
Steve Marvin, P.E. of Labelle -Marvin will oversee the pavement deflection study work on the
project. Mr. Marvin is widely recognized as the leading authority regarding pavement analysis
and engineering. Labelle -Marvin has worked on numerous projects with KFM in the past,
including most of the projects mentioned herein.
Brian Constant, P.E. of Constant and Dickey (CDI) will oversee the drilling and development of
boring logs for the proposed storm drain alignment. CDI is currently working on multiple
projects as a subconsultant to KFM.
0 0
CITY OF NEWPORT BEACH
BALBOA BLVD.
fmm
12th to Medina
FEE SCHEDULE
EXHIBIT A
TASK
KFM STAFF
TOTAL
K M
H URS I
M_4N 0
LUMP
p
aUM
TOTAL
(SIFT
PM_ -1
E
�Pj
AE
CADD
1' 1701
SURVEY
1. DATA COLLECTION
2
2. FIELD SURVEY
- Horizontal/Vertical Control
1
9
$1,475
- Aerial Cmtrol
2
8
slxo
-Cross S"tims & Grids
2
40
42
- lvlmumontatim
1
8
9
$1,475
- Surfacc Topogmphy
25
54,195
- Subsurface Informatim
13
3. AERIAL TOPOGRAPHIC MAPPING
1
1
$3,260
___$2,155
53,375
4. BASE MAPPING - - --
8
24
36
_4
5. FIELD REVIEWS
T
12
1
20
$1.940
6. UTILITY INVESTIGATION AND COORDINATION
2
8
6
16
$1,330
7. PAVEMENT DEFLECTION STUDY
4
4
S Lq.�7 5
S11,335
8, HYDROLOGY & HYDRAULIC STUDY
24
40
24
88.
$7,840
9. DEVELOP IMPROVEMENT STRATEGY
16
24
12
52
$4,720
10. STORM DRAIN GEOTECHNICAL BORINGS
4
4
52,500
$2,960
11. FINAL P S & E
-Title Shmt (1)
1
2
4
7-
$565
- Typical Sections (1)
4
11
32
$2,660
Dcails (2)
4
2�1_24
54.180
Rmdw y Plan & Pmfile fg)
90
274
523,230
-Strom Drain Plan & P,
28
64
___124
48
140
$12,020
-Lateral Pmflcs (1)
12
12
ii
$2,320
.. ....
-Striping
_4
2
12
.
12
26
52,090
-Cross Sectims(24)
24
16
48
12
80
IS2
ii
512,440
specificati�
$2,860
-Cost Estimate
4
12
16
5I,480
_- ..._._.
12. PROJECT COORDINATION
_....
F6
12
18
13. FEDERAL PROCESSING& COMPLIANCE
4
16
12
32
$2 ' 660
14 BIDDING & CONSTRUCTION SUPPORT
8-
6
18
__
—.--$l,560
15. AS-BUILT DRAWINGS
2
4
t4
8
14
51.130
16. REIMBURSABLES
$2.000
$2,000
TOTAL . MANHOURS
TOTAL COSTS
246
$28.29()
126
S36.2 10
408
S30,600
98
$16,660
1178
518635
5128X5
LESS 10% ........................ $12,836
TOTAL FEE_..._ ............... 5115,520
0
EXHIBIT B
KFM ENGINEERING, INC.
SCHEDULE OF HOURLY BILLING RATES
Rates Effective through December 31, 2000
OFFICE PERSONNEL:
Typists, Word Processors ........................ ..............................$ 30.00 /Hr.
Technician............................................... ..............................$ 45.00 /Hr.
Design Engineers / CADD Operators ...... ............................... $ 70.00 /Hr.
Project Engineers .................................... ............................... $ 85.00 /Hr.
Project Managers.......... ................... ..............................$ 115.00 /Hr.
FIELD PERSONNEL:
Two -Man Survey Party,
including Truck and Equipment.....
Three -Man Survey Party,
including Truck and Equipment.....
SUPPORT & MISCELLANEOUS COSTS:
....... ............................... $ 135.00 /Hr.
.......... ........- ..:... ............... $ 170.00 11-1r.
C.A.D.D. WorkStation/ Plotter .................. ..............................$
25.00 /Hr.
Computer time ........................................ ...............................
$
16.00 /Hr.
Telefax..................................................... ..............................$
2.00 /Pg.
Electronic Distance Measuring Equipment (E.D.M.) ...............$
55.00 /Day
Survey Trucks .......................................... ..............................$
0.50 /Mile
nther Vahirles
.�
o 3n /Miles
Outside services and consultants are billed at direct costs plus 15 %. Blueprints,
reproduction, messenger service, subsistence, travel and other expenses are billed at
direct cost plus 10 %. Terms are net 30 days with 1'/% per month interest charges.
The above schedule is for straight time hours.