Loading...
HomeMy Public PortalAbout10-05-2004LUAThis Agenda contains a brief general description of each item to be considered. Copies of the staff reports or other written documentation relating to each item of business referred to on the Agenda are on file in the Office of the City Clerk and are available for public inspection. A person who has a question concerning any of the agenda items may call the City Manager at (310) 603-0220, ext. 200. Procedures for addressing the Members of the Authority IN ORDER TO EXPEDITE LYNWOOD UTILITY AUTHORITY BUSINESS, WE ASK THAT ALL PERSONS WISHING TO ADDRESS THE AUTHORITY FILL OUT A FORM PROVIDED AT THE DOOR, AND TO TURN IT IN TO THE SECRETARY PRIOR TO THE START OF THE MEETING. FAILURE TO FILL OUT SUCH A FORM WILL PROHIBIT YOU FROM ADDRESSING THE MEMBERS OF THE AUTHORITY IN THE ABSENCE OF THE UNANIMOUS CONSENT OF THE AUTHORITY. AGENDA ITEMS ON FILE FOR CONSIDERATION AT THE REGULAR MEETING OF THE LYNWOOD UTILITY AUTHORITY TO BE HELD ON OCTOBER 5, 2004 5:00 P.M. COUNCIL CHAMBERS 11330 BULLIS ROAD, LYNWOOD, CA 90262 LOUIS BYRD PRESIDENT LETICIA VASQUEZ VICE PRESIDENT REC"Ei' ED CITY OF LYNW00D C!TVr,~ ,-~,~ ~r-~fC£ SEP 2 8 20O4 AM PM ?181911011!112111213141516 RAM(~I RODRIGUEZ MEMBER MARIA SANTILLAN MEMBER FERNANDO PEDROZA MEMBER INTERIM EXECUTIVE DIRECTOR JOE WANG FINANCE DIRECTOR ALFRETTA EARNEST SECRETARY ANDREAL. HOOPER TREASURER IRIS PYGATT OPENING CEREMONIES 1. CALL TO ORDER 2. ROLL CALL OF MEMBERS Louis Byrd Leticia Vasquez Ramon Rodriguez Maria Santillan Fernando Pedroza 3. CERTIFICATION OF AGENDA POSTING BY SECRETARY PUBLIC ORAL COMMUNICATIONS (Regarding Agenda Items Only) PUBLIC ORAL COMMUNICATIONS IF AN ITEM IS NOT ON THE AGENDA, THERE SHOULD BE NO SUBSTANTIAL DISCUSSION OF THE ISSUE BY THE LYNWOOD UTILITY AUTHORITY, BUT iT IS ALL RIGHT FOR THE LYNWOOD UTILITY AUTHORITY MEMBERS TO REFER THE MATTER TO THE STAFF OR SCHEDULE SUBSTANTIVE DISCUSSION FOR A FUTURE MEETING. (The Ralph M. Brown Act, Government Code Section 54950-54962, Part III, Paragraph 5.) 4. MINUTES OF PREVIOUS MEETING REGULAR MEETING OF MAY 18, 2004 CONSENT CALENDAR ACCEPTANCE OF CARLIN AVE. WATER MAIN IMPROVEMENT PROJECT, PROJECT NO. 05-5250, AS COMPLETE. COMMENTS On April 20,2004, the Lynwood Utility Authority awarded a contract to Engineered Plumbing inc., for the Carlin Ave. Water Main Improvement Project (Project No. 05-5250). All construction work on the project has been completed. RECOMMENDATION Staff respectfully recommends that the Lynwood Utility Authority adopt the resolution entitled: "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY ACCEPTING THE CARLIN AVE. WATER MAIN IMPROVEMENT PROJECT, PROJECT NO. 05-5250, AS BEING COMPLETE." 6. AWARD OF CONTRACT TO NBCE, INC. COMMENTS In July 2004, the Lynwood Utility Authority approved bond funding for street improvements. City Council approved the list of streets for design and construction. Based on qualification and experience, NBCE Inc. has been recommended for selection to design Pope Ave., Linden Ave., Pine St., Los Flores Blvd., Elmwood Ave. and Sanborn Ave. Improvement Project (Project No. 05-5299). RECOMMENDATION Staff recommends that Lynwood Utility Authority adopt the attached resolution entitled, "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY AWARDING A CONTRACT TO NBCE, INC IN THE AMOUNT OF $74,800.00 FOR THE DESIGN OF POPE AVE., LINDEN AVE., PINE ST., LOS FLOERS BLVD., ELMWOOD AVE., AND SANBORN AVE., PROJECT NO. 05-5299 FOR FISCAL YEAR 2004-2005, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT." 7. AWARD OF CONTRACT TO NORRIS - REPKE. COMMENTS: In July 2004, the Lynwood Utility Authority approved bond funding for street improvements. The City Council approved the list of streets for design and construction. Based on qualification and experience, Norris-Repke, Inc. has been recommended for selection to design Cornish Ave., Coyler Ave., Jackson Ave., Hulme Ave., Gertrude Dr. and Shirley Ave. improvement Project, (Project NO. O5-5299) RECOMMENDATION: Staff recommends that the Lynwood Utility Authority adopt the attached resolution entitled "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO NORRIS-REPKE IN THE AMOUNT OF $48,700.00 FOR THE DESIGN OF CORNISH AVE., COYLER AVE., JACKSON AVE., HULME AVE., GERTRUDE DR., AND SHIRLEY AVE., PROJECT NO. 05-5299, FISCAL YEAR 2004-2005, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT." AWARD OF CONTRACT STREET IMPROVEMENT PROJECT, PROJECT NO. 05-5249 AND 05-5299 WALNUT AVE. COMMENTS: The bid opening for the Walnut Ave. Improvement Project was held in the office of the Secretary (City Clerk) on Thursday September 16, 2004. Bannaoun Engineers-Constructors was selected as the lowest bidder. RECOMMENDATION: Staff recommends that the Lynwood Utility Authority adopt the attached resolution entitled "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO BANNAOUN ENGINEERS-CONSTRUCTORS, IN THE AMOUNT OF $258,180.00 FOR THE WALNUT AVE., (BULLIS RD. TO HARRIS AVE.) IMPROVEMENT PROJECT, PROJECT NUMBER 05-5249 AND 05-5299, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT" 9. CONTRACT AWARD TO DMR TEAM COMMENTS: In July 2004, Lynwood Utility Authority approved LUA bond funding for street improvements. City Council approved the list of streets for design and construction. Based on their proposal, qualification and experience, DMR TEAM will provide professional services for design of Lynwood Rd., Louise St., Lewis St., Olive St., Cedar Ave., Bradfield Ave., Gertrude Dr., and Carlin Ave., (Project No. 05-5299). RECOMMENDATION: Staff recommends that the Lynwood Utility Authority adopt the attached resolution entitled "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO DMR TEAM IN THE AMOUNT OF $75,240.00 FOR THE DESIGN OF LYNWOOD RD., LOUISE ST., OLIVE ST., CEDAR AVE., BRADFIELD AVE., GERTRUDE DR., AND CARLIN AVE. PROJECT NUMBER 05-5299, FISCAL YEAR 2004-2005; AND AUTHORIZING THE PRESIDENT TO EXECUTE THE CONTRACT AGREEMENT ADJOURNMENT The Lynwood Utility Authority meetings will be posted as needed. The next meeting will be held in the Council Chambers of City Hall, 11330 Bullis Road, City of Lynwood, California. LYNWOOD UTILITY AUTHORITY REGULAR MEETING MAY 18, 2004 The Lynwood Utility Authority of the City of Lynwood met in a Regular Meeting in the Council Chambers, 11330 Bullis Road on the above date at 6:45 p.m. President Byrd presiding. Member Pedroza, Rodriguez, Santillan, Vasquez, and Byrd answered the joint roll call. Also present were Executive Director Hempe, City Attorney Beltran, Secretary Hooper and Treasurer Pygatt. Secretary Hooper announced that the agenda had been duly posted in accordance with the Brown Act. Member Pedroza stated that the Lynwood Utility Authority was established with no compensation to the Members. PUBLIC ORAL COMMUNICATIONS (Regarding Agenda Items Only) NONE PUBLIC ORALS COMMUNICATIONS NONE Item #4: MINUTES OF PREVIOUS MEETING · NONE CONSENT CALENDAR Item 05: APPROPRIATION AND TRANSFER OF 1999 WATER BOND FUNDS TO WATER MAIN IMPROVEMENTS 2004 PROJECT NO. 05-5300 It was moved by Member Pedroza, seconded by President Byrd to adopt the three resolution with corrections. RESOLUTION NO. 2004.004 ENTITLED: "RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY AUTHORIZING THE EXECUTIVE DIRECTOR OR DESIGNEE TO REAPPROPRIATE AND TRANSFER THE 1999 WATER DESIGNEE TO THE WATER MAIN IMPROVEMENTS 2004, PROJECT NO. 05-5300 AGENDA ITEM ROLL CALL: AYES: MEMBERS PEDROZA, RODRtGUEZ, SANTILLAN, VASQUEZ, AND BYRD NOES: NONE ABSTAIN: NONE ABSENT: NONE Item # 6: AWARD OF CONTRACT: LYNWOOD ROAD WATER MAIN IMPROVEMENT PROJECT NO. 05-5300 RESOLUTION NO.2004.005 "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY AWARDING A CONTRACT TO J.A. SALAZAR CONSTRUCTUION AND SUPPLY INC., IN THE AMOUNT OF $539,762.50 FOR THE LYNWOOD ROAD WATER MAIN IMPROVEMENT PROJECT, PROJECT NUMBER 05-5300, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT" ROLL CALL: AYES: MEMBERS PEDROZA, RODRIGUEZ, SANTILLAN, VASQUEZ, AND BYRD NOES: NONE ABSTAIN: NONE ABSENT: NONE Item # 7: WATER MAIN IMPROVEMENT ON MARTIN LUTHER KING JR. BLVD. AND BIRCH AVE. RESOLUTION No.2004.006 "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY AUTHORIZING THE PRESIDENT TO EXECUTE AN AGREEMENT WITH M7A GABEE, LLC RELATIVE TO THE PAYMENT OF $46,525 FOR CERTAIN WATER MAIN IMPROVEMENTS ON MARTIN LUTHER KING JR. BLVD. AND AUTHORIZING THE INFORMAL BID PROCESS FOR CERTAIN WATER MAIN IMPROVEMENTS." ROLL CALL: AYES: MEMBERS PEDROZA, RODRIGUEZ, SANTILLAN, VASQUEZ, AND BYRD NOES: NONE ABSTAIN: NONE ABSENT: NONE ADJOURNMENT Having no further discussion, it was moved by Member Pedorza seconded by President Byrd and carried to adjourn the Regular Council Meeting at 6:55 p.m. Louis Byrd, President Andrea L. Hooper, Secretary DATE: October 5, 2004 TO: FROM: BY: SUBJECT: THE HONORABLE PRESIDENT AND MEMBERS OF THE LYNWOOD UTILITY AUTHORITY Joseph Wang, Interim Executive Director~ (]' Yadollah Farhadi, Director of Environment'at'Services/City Engineer Acceptance of Carlin Ave. Water Main Improvement Project, Project No. 05-5250, as Complete. PURPOSE: To recommend that the Lynwood Utility Authority adopt the attached resolution accepting the Carlin Ave. Water Main Improvement Project, Project No. 05-5250, as complete. BACKGROUND: On April 20, 2004, the Lynwood Utility Authority awarded a contract to Engineered Plumbing Inc. in the amount of $307,675.00 for the Carlin Ave. Water Main Improvement Project, Project No. 05-5250. The project encompasses the placement of new 12" water main line, water services, fire hydrants and abandonment of existing 8" water lines from Atlantic Ave. to Long Beach Blvd. .ANALYSIS: The project started on June 7, 2004 and was completed on August 18, 2004. Staff conducted the final inspection on August 30, 2004 and found that all work has been completed in accordance with the project plans and specifications. The final construction cost is $317,693.71. RECOMMENDATION: Staff recommends that the Lynwood Utility Authority adopt the attached resolution entitled "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY ACCEPTING THE CARLIN AVE. WATER MAIN IMPROVEMENT PROJECT, PROJECT NO. 05-5250, AS BEING COMPLETE". AGENDA ITEM RESOLUTION NO. A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY ACCEPTING THE CARLIN AVE. WATER MAIN IMPROVEMENT PROJECT, PROJECT, NO. 05- 5250, AS BEING COMPLETE WHEREAS, on April 20, 2004, the Lynwood Utility Authority awarded a contract to Engineered Plumbing Inc.; and WHEREAS, the project started on June 7, 2004, and was completed on August 18, 2004; and WHEREAS, the final payable construction cost is $317,693.71; and WHEREAS, staff conducted the final inspection on August 30, 2004 and found that all work has been completed in accordance with the project plans and specifications. NOW, THEREFORE, the LYNWOOD UTILITY AUTHORITY does hereby find, proclaim, order and resolve as follows: Section 1. That the Lynwood Utility Authority accepts the Carlin Ave. Water Main Improvement Project, Project No. 05-5250, as being complete and in accordance with contract documents. Section 2. This resolution shall go into effect immediately upon its adoption. PASSED, APPROVED and ADOPTED this 5th of October 2004. ATTEST: Louis Byrd, President APPROVED AS TO CONTENT: Andrea L. Hooper, Secretary APPROVED AS TO FORM: Joseph Wang, Interim Executive Director City Attorney Yadollah Farhadi Authority Council Dir. of Environmental Services/ STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, the undersigned, Secretary of the Lynwood Utility Authority, do hereby certify that the above and foregoing resolution was duly adopted by the LYNWOOD UTILITY AUTHORITY at a regular meeting held in the City Hall of said City on the day of ,2004, and passed by the following vote: AYES: NOES: ABSENT: Secretary, Lynwood Utility Authority STATE OF CALIFORNIA ) ) SS, COUNTY OF LOS ANGELES ) I, the undersigned Secretary of the Lynwood Utility Authority, and Clerk of the City Council of said City, do hereby certify that the above and foregoing is a full, tree and correct copy of Resolution No. on file in my office and that said resolution was adopted on the date and by the vote therein stated. Dated this day of ., 2004. Secretary, Lynwood Utility Authority DATE: TO: October 5, 2004 THE HONORABLE PRESIDENT AND MEMBERS OF THE LYNWOOD UTILITY AUTHORITY ~ FROM: Joseph Y. Wang, Interim Executive Directo BY: Yadi Farhadi, Director of Environmental Se~Sa~es/City Engineer ~-~- SUBJECT: SERVICE CONTRACT AWARD TO NBCE, INC. PURPOSE: To recommend that the Lynwood Utility Authority adopt the attached resolution awarding a contract to NBCE, Inc. for design of Pope Ave. (MLK Blvd. to Sanborn Ave), Linden Ave (Sanborn Ave. to Los Flores Blvd.), Pine St. (Shirley Avenue to Los Flores Blvd.), Los Flores Blvd. (Harris Ave. to Atlantic Ave.), Elmwood Ave. (Harris to Atlantic Ave.), Sanborn Ave. (Harris to Atlantic Ave.) Improvement Project, Project No. 05-5299 and authorizing the President to execute the agreement. BACKGROUND: At the meeting of July 6, 2004, the Lynwood Utility Authority (LUA) approved $4.3 million of LUA funds for street improvements. At the meeting of July 27, 2004, City Council approved the LUA funded street improvement list. Some of the streets in the approved list have designs that are 80%-100% complete. The reconstruction projects for these streets are already scheduled for bid opening. However, the remaining streets have been divided into four packages, three packages will be design by consultants and one package will be designed in-house. On August 18, 2004 staffissued a Request for Proposal (RFP) to NBCE, Inc. This consultant was qualified through the selection process. The RFP deadline was September 9, 2004. ANALYSIS: Based on their qualifications, experience and proposal, this firm was selected to provide professional services for design of Pope Ave. (MLK Blvd. to Sanborn Ave), Linden Ave (Sanborn Ave. to Los Flores Blvd.), Pine St. (Shirley Avenue to Los Flores Blvd.), Los Flores Blvd. (Harris Ave. to Atlantic Ave.), Elmwood Ave. (Harris to Atlantic Ave.), Sanborn Ave. (Harris to Atlantic Ave.) Improvement Project, Project No. 05-5299. Staff has negotiated consultant fees of $74,800.00 for the design and preparation of plat for this improvement project (see attached proposal). d:\PUBWORKS\wordfiles\COUNClL\Cou04048NBCEdesign_LUA,doc AGENDA ITEM RECOMMENDATION: Staff recommends that the Lynwood Utility Authority adopt the attached entitled resolution: "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO NBCE, INC. 1N THE AMOUNT OF $74,800.00 FOR THE DESIGN OF POPE AVE., LINDEN AVE., PINE ST., LOS FLORES BLVD., ELMWOOD AVE., SANBORN AVE, PROJECT NO. 05- 5299 FISCAL YEAR 2004-2005, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT." J:\PUBWORKS\wordfiles\COUNClL\Cou04048NBCEdesign_LUA.doc RESOLUTION NO. A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO NBCE, INC. IN THE AMOUNT OF $74,800.00 FOR THE DESIGN OF POPE AVE., LINDEN AVE., PINE ST., LOS FLORES BLVD., ELMWOOD AVE., SANBORN AVE, PROJECT NO. 05- 5299 FISCAL YEAR 2004-2005, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT WHEREAS, the street improvement design for Pope Ave. (MLK Blvd. to Sanborn Ave), Linden Ave (Sanborn Ave. to Los Flores Blvd.), Pine St. (Shirley Avenue to Los Flores Blvd.), Los Flores Blvd. (Harris Ave. to Atlantic Ave.), Elmwood Ave. (Harris to Atlantic Ave.), Sanborn Ave. (Harris to Atlantic Ave.) Project No. 05-5299 is funded by LUA and is listed in the FY 2004-2005, budget; and WHEREAS, NBCE, Inc. was selected to prepare the design for said project; and WHEREAS, a contract price of $74,800.00, was negotiated with NBCE, Inc. to design the Pope Ave., Linden Ave., Pine St., Los Flores Blvd., Elmwood Ave. and Sanborn Ave. Improvement Project. NOW, THEREFORE, the Lynwood Utility Authority of the City of Lynwood does hereby find, proclaim, order and resolve as follows: Section 1. That the street improvement design contract for Pope Ave., Linden Ave., Pine St., Los Flores Blvd., Elmwood Ave. and Sanborn Ave. Project No.05- 5299 be awarded to NBCE, Inc. for the negotiated price of $74,800.00. Section 2. That the President is hereby authorized to execute the agreement between the City of Lynwood and NBCE, Inc. Section 3. This resolution shall take effect immediately upon its adoption. PASSED, APPROVED and ADOPTED this day of .,2004. LOUIS BYRD, President Lynwood Utility Authority J:\PUBWORKS\wordfiles\COU NClL\Cou04048NBCEdesign_LUA.doc ATTEST: ANDREA L. HOOPER, Secretary Lynwood Utility Authority JOSEPH Y. WANG Interim Executive Director APPROVED AS TO FORM: APPROVED THIS CONTENT: Authority Counsel Yadollah Farhadi Director of Environmental Services /City Engineer STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) I, the undersigned, Secretary of the Lynwood Utility Authority, do hereby certify that the above and foregoing resolution was duly adopted by the Lynwood Utility Authority of the City of Lynwood at a regular meeting held in the City Hall of said City on the day of AYES: NOES: ., 2004, and passed by the following vote: ABSENT: Secretary, Lynwood Utility Authority d:\PUBWORKS\wordfiles\COUNClL\CouO4048NBCEdesign_LUA.doc STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, the undersigned Secretary of the Lynwood Utility Authority, and Secretary of the Board of said Authority, do hereby certify that the above and forgoing is a full, true and correct copy of Resolution No. on file in my office and that said resolution was adopted on the date and by the vote therein stated. Dated this day of ,2004. Secretary, Lynwood Utility Authority d:\PUBWORKS\wordfiles\COUNClL\Cou04048N BCEdesign_LUA.doc NBCE, INC. 17501 E 17th St, Suite 270 · tustin, CA 92780 · Tel: (714) 573-9999 ° Fax: (714) 573-9877 · wvew nbceJnc com · ENGINEERING · PLANNING · SURVEYING · PROJECT MANAGEMENT September 23, 2004 Mr. Yadi Farhadi Director of Environmental Services/ City Engineer City of Lynwood 11330 Bullis Road Lynwood, CA 90262 SUBJECT: PROPOSAL FOR DESIGN OF STREET IMPROVEMENTS Dear Mr. Farhadi: NBCE is pleased to present this proposal to provide professional engineering services for preparation of street improvement plans for the following streets: Pope Avenue (MLK Blvd. to Sanborn Avenue) Linden Avenue (Sanborn Avenue to Los Flores Blvd.) Pine Street (Shirley Avenue to Los Flores Blvd.) a Los Flores Blvd. (Harris Avenue to Atlantic Avenue) EImwood Avenue (Harris Avenue to Atlantic Avenue) Sanborn Avenue (Harris Avenue to Atlantic Avenue) SCOPE OF SERVICES Per our discussion and your letter dated August 18, 2004, the scope of services, in general consists of the following professional services: · Project Plans Prepare Street Improvement Plans for the above-mentioned streets. The following items will be incorporated into design of the subject Project: o Pavement improvements including overlay and/or reconstruction. o Drainage improvements to eliminate pondings. o Curb, gutter, sidewalk, driveway approach, wheelchair ramp and cross gutter improvements. o Striping improvements. o Adjustment of manholes and utility covers to grade. o Remove/plant trees. Mr. Yadi Farhadi City of Lynwood Proposal for Professional Engineering Services Design of Street Improvements Pope/Linden/Pine/Los FIores/Elmwood/Sanborn September 23, 2004 Page 2 We will collect and review all as-built drawings, records, and other available information pertaining to the project. We will conduct a field investigation and note the existing condition. We will provide design surveying services for the project. Field survey limited to information relevant to top of curb and flow line elevations, and joins to existing improvements will be collected. We will develop a title sheet in conformance with the City standards, showing project title, project location map, sheet index, general notes, construction legend, telephone numbers of utilities and other affected agencies, and other pertinent information. Upon completion of preliminary street improvement plans, which will show the proposed improvements, including all existing utilities within the project area, we will transmit one set to each utility company to verify location of utility facilities and coordinate relocation of facilities affected by the project, if necessary. Submit plans (60% and 90% complete) to the City for review. Receive review comments from the City and utility companies. Meet with the City Project Manager/Engineer to discuss review comments and receive approval to proceed with the final construction plans. Incorporate review comments and make all necessary revisions to the plans. Finalize plans to meet the project and the City requirements. All plans will be prepared utilizing Microstation and will be ink on mylar (24-inch x 36-inch sheets), horizontal scale 1 "=20' and vertical scale 1"=2'. Prepare final quantities and cost estimates. We will submit final plans, quantities, and cost estimates to the City. Original title sheet, plan and detail sheets, will be signed and stamped by our Project Manager. I1. FEE The proposed fee for providing the requested professional services as outlined above is as follows: Total Fee: $74,800.00 Please see the attached Exhibit A for Details. · ENGINEERING · PLANNING · SURVEYING · PROJECTUANAUEMENT Mr. Yadi Farhadi City of Lynwood Proposal for Professional Engineering Services Design of Street Improvements Pope/Linden/Pine/Los Flores/Elmwood/San born September 23, 2004 Page 3 III. BILLING Billing will be based upon the proposed fee and invoiced monthly according to percent of work completed. IV. ASSUMPTIONS AND EXCLUSIONS The following assumptions and exclusions are made as a basis of our proposal: 1. Any item not specified in this Scope of Services will be provided as an additional service. 2. Geotechnical investigation, road section coring (if necessary) will be performed by the City. 3. Preparation of specifications, construction administration, and construction inspection are not part of this proposal. We will complete our services within one hundred twenty (120) calendar days from acceptance of our proposal and the date of notice to proceed. We appreciate the opportunity to submit this proposal and look forward to working with you on this project. Very truly yours, NBCE, Inc. David Niknafs, P.E. Principal · ENGINEERING · PLANNING · SURVEYING · PROJECT~ANAGEMENT DATE: October 5, 2004 TO: FROM: BY: THE HONORABLE PRESIDENT AND MEMBERS OF THE LYNWOOD UTILITY AUTHORITY ~,., ~ A / Joseph Y. Wang, Interim Executive Director (~"~/t/ v Yadi Farhadi, Director of Environmental Serwhze~/City Engineer SUBJECT: SERVICE CONTRACT AWARD TO NORRIS -REPKE PURPOSE: To recommend that the Lynwood Utility Authority adopt the attached resolution awarding a contract to Norris-Repke for design of Cornish Ave. (Imperial Hwy to Abbott Rd.), Coyler Ave. (Imperial Hwy to Abbott Rd.), Jackson Ave. (Imperial Hwy to Abbott Rd.), Hulme Ave. (Woodlawn Ave to MLK Blvd.), Gertrude Dr. (Woodlawn Ave. to MLK Blvd.), Shirley Ave. (Ernestine Ave. to Harris Ave.) Project No. 05-5299 and authorizing the President to execute the agreement. BACKGROUND: At the meeting of July 6, 2004, Lynwood Utility Authority approved $4.3 million of LUA funds for street improvements. At the meeting of July 27, 2004, City Council approved the LUA funded street improvement list. Some of the streets in the approved list have designs that are 80%-100% complete. The reconstruction projects for these streets are already scheduled for bid opening. However, the remaining streets have been divided into four packages, three packages will be design by consukants and one package will be designed in-house. On August 18, 2004 staff issued a Request for Proposal (RFP) to Norris-Repke. This consultant was qualified through the selection process. The RFP deadline was September 9, 2004. ANALYSIS: Based on their qualifications, experience and proposal, this firm was selected to provide professional services for design of Cornish Ave. (Imperial Hwy to Abbott Rd.), Coyler Ave. (Imperial Hwy to Abbott Rd.), Jackson Ave. (Imperial Hwy to Abbott Rd.), Hulme Ave. (Woodlawn Ave to MLK Blvd.), Gertrude Dr. (Woodlawn Ave. to MLK Blvd.), Shirley Ave. (Ernestine Ave. to Harris Ave.) Project No. 05-5299. Staff has negotiated consultant fees of $ 48,700.00 for design and preparation of plans for this improvement project (see attached proposal). J:~PUBWORKS\wordfiles\COUNCIL\Cou04049NRdesign_LUA. doc AGENDA ITEM RECOMMENDATION: Staff recommends that the Lynwood Utility Authority adopt the attached entitled resolution: "A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO NORRIS-REPKE IN THE AMOUNT OF $48,700.00 FOR THE DESIGN OF CORNISH AVE., COYLER AVE., JACKSON AVE., HULME AVE., GERTRUDE DR. AND SHIRLEY AVE., PROJECT NO. 05-5299, FISCAL YEAR 2004-2005, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT." J 5PUBWORKS\wordfiles\COUNCIL\Cou04049NRdesign_LUA. doc RESOLUTION NO. A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO NORRIS-REPKE IN THE AMOUNT OF $48,700.00 FOR THE DESIGN OF CORNISH AVE., COYLER AVE., JACKSON AVE., HULME AVE., GERTRUDE DR. AND SHIRLEY AVE., PROJECT NO. 05-5299, FISCAL YEAR 2004-2005, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT WHEREAS, the street improvement design for Cornish Ave. (Imperial Hwy to Abbott Rd.), Coyler Ave. (Imperial Hwy to Abbott Rd.), Jackson Ave. (Imperial Hwy to Abbott Rd.), Hulme Ave. (Woodlawn Ave to MLK Blvd.), Gertrude Dr. (Woodlawn Ave. to MLK Blvd.), Shirley Ave. (Emestine Ave. to Harris Ave.) Project No.05-5299 is listed in the FY 2004-2005, budget; and WHEREAS, Norris-Repke was selected to prepare the design for said project; and WHEREAS, a contract price of $ 48,700.00, was negotiated with Norris- Repke to design Comish Ave., Coyler Ave., Jackson Ave., HuIme Ave., Gertrude Dr. and Shirley Ave. Improvement Project. NOW, THEREFORE, the Lynwood Utility Authority of the City of Lynwood does hereby find, proclaim, order and resolve as follows: Section 1. That the street improvements design contract for Cornish Ave., Coyler Ave., Jackson Ave., Hulme Ave., Gertrude Dr. and Shirley Ave._Project No.05-5299 be awarded to Norris-Repke for the negotiated price orS 48,700.00. Section 2. That the President is hereby authorized to execute the agreement between the City of Lynwood and Nolxis-Repke. Section 3. This resolution shall take effect immediately upon its adoption. PASSED, APPROVED and ADOPTED this day of _,2004. LOUIS BYRD, President Lynwood Utility Authority J:~PUBWORKS\wordfiles\COUNCIL\Cou04049NRdesign_LUA.doc ATTEST: ANDREA L. HOOPER, Secretary Lynwood Utility Authority JOSEPH Y. WANG Interim Executive Director APPROVED AS TO FORM: APPROVED THIS CONTENT: Authority Counsel Yadollah Farhadi, Director of Environmental Services/ City Engineer STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, the undersigned, Secretary of the Lynwood Utility Authority, do hereby certify that the above and foregoing resolution was duly adopted by the Lynwood Utility Authority of the City of Lynwood at a regular meeting held in the City Hall of said City on the day of AYES: NOES: ABSENT: ,2004, and passed by the following vote: Secretary, Lynwood Utility Authority J:~PUBWORKS\wordfiles\COlJNCIL\Cou04049NRdesign_LUA. doc STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) I, the undersigned Secretary of the Lynwood Utility Authority, and Secretary of the Board of said Authority, do hereby certify that the above and forgoing is a full, true and correct copy of Resolution No. on file in my office and that said resolution was adopted on the date and by the vote therein stated. Dated this . day of ,2004. Secretary, Lynwood Utility Authority J:~PUBWORKS\wordfiles\COUNCIL\Cou04049NRdesign_LUA. doc September 3rd, 2004 Mr. Yadi Farhadi Director of Environmental Services/City Engineer City of Lynwood 11330 Bullis Road Lynwood, CA 90262 SUBJECT: ENGINEERING SERVICES PROPOSAL CORNISH AVENUE ET AL (P-2785) Street improvement design for the following residential streets: 1. Cornish Avenue (Imperial Highway to Abbott Road) 2. Coyler Avenue (Imperial Highway to Abbott Road) 3. Jackson Avenue (Imperial Highway to Abbott Road) 4. Hulme Avenue (Woodlawn Avenue to MLK Blvd.) 5. Gertrude Drive (Woodlawn Avenue to MLK Blvd.) 6. Shirley Avenue (Ernestine Avenue to Harris Avenue) DEAR MR, FARHADh We are pleased to present to you our proposal to provide engineering design services for the preparation of construction plans and cost estimate for the subject improvements. We understand the funding source for this project will be LUA. PROJECT DISCUSSION The adjacent properties consist primarily of single-family and multi-family residences. This proposal will be split into two separate projects. Project (A) will include the three streets, Cornish, Coyler, and Jackson Avenues from Imperial Highway to Abbott Road, and Project (B), which will include Hulme Avenue and Gertrude Drive, both from Woodlawn Avenue to MLK Boulevard, and also Shirley Avenue from Ernestine Avenue to Harris Avenue. The PCC improvements are in fair to poor condition with some areas that will require reconstruction. The existing AC pavement on most streets is in poor to damaged condition. ADA ramps exist although most are "non-conforming" and some corners do not have any ADA ramps. The existing ramps will have to be reviewed for compliance with current ADA regulations and new ramps will have to be constructed where none exist. There appears to be several areas of ponding in existing gutter, which need to be reconstructed. The easterly curb and gutter in Jackson Ave at Imperial Highway is an extreme ponding condition as is the westerly side of Coyier Avenue. Some areas of damaged curb will also need reconstruction, as well as damaged gutters in other areas. The existing pavement appears to need some reconstruction in various places and cold mill and overlay for most areas. Engineering Services Proposal September, 2004 City of Lynwood - Various Streets P-2785 Based on our experience with other street improvement projects in the City, the following presents our understanding of the project requirements: · General pavement rehabilitation strategy is: cold mill 1" tapering to 2 ½", 5' from gutter. Place 1" AC leveling course and 1 ½ ARHM. · Full reconstruction only where subgrade failures have occurred. · Plan and profile sheets [at 1"=20'] will be required. · Construct gutter plate or curb and gutter where necessary to improve drainage along the roadway. · Need enough survey to check for Iow spots in gutter and determine continuous gutter flow. · Locate existing monumentation in pavement and reference on plan. Ties or corner records not required at design level - to be handled during construction. · Trees that are problems to be root pruned, barrier installed and trimmed, separate construction notes required for trimming. · Install cross gutters where missing. · install gutters where missing. · install curb & gutter where missing or requiring reconstruction. · Use AP maps for RNV as directed by City. SCOPE OF SERVICES The following presents our proposed scope of services for the proposed project. It is our intent that this will provide enough detail to clearly communicate the work program being accomplished for the proposed fee. Our scope of services consists of a three-phase approach to move the project along in a smooth and economical manner. The phases consist of the following: PHASE I: PHASE I1: PHASE II1: Orientation and Data Collection Design Development Construction Documents PHASE I: ORIENTATION/DATA COLLECTION/BASE SHEETS Task A Data Collection and Review 1. Meet with the City staff and hold "kickoff' meeting. Our approach as well as project goals, design criteria, requirements and procedures would be discussed. Direction from City staff would be obtained and the project schedule reviewed. A copy of all existing City record information collected by the City would be provided. 2. Obtain copy of Assessors Parcel Maps for Right of Way information. Perform comprehensive review of the information received and discuss questions and clarifications with the City. Determine and request or obtain additional information needed. 4. Make initial site visit to note existing conditions and photograph areas requiring special attention. Engineering Services Proposal September, 2004 City of Lynwood - Various Streets P-2785 5. Determine need for road section coring. If needed submit a location map to City with request for cores. Task B Outside Agency Contacts Contact the utility companies to obtain utility location information. This opportunity would also be used to give early notification of the project and star[ the utility coordination efforts. Task C Field Survey and Survey Base Maps Norris Repke will perform a field survey to obtain the following base information: · Establish vertical control based on County Bench Mark (NAVD88) and local centerline control based on existing monuments or improvements. · Set aerial targets, including vedical and horizontal control · Obtain cross sections at appropriate locations to check cross falls from top of curb to top of curb and obtain elevations at BW, TC, FL, EG, top of x at driveway(s), lips at driveway centerline, street crown line, and centerline · Obtain surveyed elevations along curb lines to determine longitudinal flow rate, sags, and/or high points. · Extend survey 150' down the curb lines outside of proposed reconstruction of intersecting streets to determine drainage patterns. * Perform aerial survey to provide topographic base maps Task D Topographic Base Sheets Utilizing the aerial base maps, prepare plan and profile base sheets in Microstation at a scale of 1"=20' horizontal and 1"=2' vertical. In addition to the field and aerial survey data the following information would be included on the base sheets. · Dimensions and labels. · Existing centerline and stationing. · Right-of-way and lot lines. · Driveways and ADA ramps. · House numbers and addresses. · Existing traffic striping, marking, and detector loops. · Existing utility lines as provided by utility companies and/or record plans. · Existing sewer manholes, water valves, and other utility manholes. Based on our present evaluation of the project needs, we estimate a total of eleven (11) plan and profile sheets plus title and detail sheets will be needed to cover the project limits. Thus approximately thirteen (13) sheets total. PHASE I1: DESIGN DEVELOPMENT Task A Field Review Engineering Services Proposal September, 2004 City of Lynwood - Vadous Streets P-2785 Perform comprehensive field review by the project engineer with a City representative to determine the following: 1. Existing conditions that may affect design. 2. Localized pavement conditions and pavement removal areas. 3. Ride conditions. 4. Curb and gutter, sidewalk, drive approach, cross gutter replacement areas. 5. Existing striping and marking review. 6. Curb and gutter sump or raised conditions due to settlement or tree root damage. 7. ADA inventories (new ramp requirements, clearance conditions and missing sidewalk). 8. Locate trees to be trimmed and root pruned. 9. Locations of supplemental survey. 10. Surface utilities impacted by construction. Task B Supplemental Field Survey Perform additional field survey to obtain supplemental field survey data needed for design as determined by the Project Engineer. Task C Preliminary Design to Develop Project Concepts/Elements A preliminary conceptual design would be prepared indicating the recommended project elements. The basis for design would be the topographic survey information, field evaluation and the results of discussions with City staff. Conceptual designs would be prepared for the following areas: 1. Pavement rehabilitation strategy and concepts. 2. Curb, gutter, sidewalk, drive approach, and cross gutter repair recommendations 3. ADA Ramp Recommendations 4. Preliminary profile design of new gutter plate and/or curb & gutter 5. Street Tree root prune locations 6. Typical and special details Task D Submittal and City Staff Meeting 1. Submit three (3) sets of plans showing concepts and criteria. the preliminary design 2. Meet with City staff to discuss results of the concept design review and reach concurrence on the project elements. PHASE Iii: CONSTRUCTION DOCUMENTS Based on the results of Phase II, the final construction documents would be prepared. The following is an outline of the scope of services for preparation and processing of the construction documents for the project. Task A Construction Plans Engineering Services Proposal September, 2004 City of Lynwood - Various Streets P-2785 Task B Task C Task D Task E Prepare project Title Sheet using Microstation. Title sheet to follow City format and contain general notes, location map, key map, project title, abbreviations, legend, utility contacts, USA info, and sheet index. Prepare detail sheet for rehabilitation typical section(s), reconstructions, pavement cold milling details, master list of construction notes, and other required details. Prepare plan and profile construction plans to 60% complete level using the previously prepared base sheets showing construction to conform to the approved preliminary concept designs. Existing topographic information will be screened. All plans will be prepared in Microstation. Included on these sheets would be any reconstructed curb and gutter, drive approaches, sidewalks, cross gutters and access ramps. Construction elements would be clearly defined and proposed concrete work will be enhanced and hatched. Plans would indicate limits of pavement removal and reconstruction. Pavement striping, markings and traffic signal loop replacement will be shown on the street construction plans. 4. Submit three (3) sets of 60% completion plans to City for review. 5. Upon receipt of City comments, complete plans to 95% level. Cost Estimate Prepare itemized construction quantities and cost estimate and place in an Excel format. Prepare backup calculations for quantities. Submit the preliminary cost estimate and quantity calculations with the 95% design submittal and final cost estimate when plans are submitted for approval. Quality Assurance/Quality Control Norris Repke proposes the following procedure (QCAP). Quality Control Assurance 1. "In progress" reviews and checking of designs and data. 2. Independent review by a Principal Engineer (not involved in the project) of the preliminary designs and final plans. 3. Review of the final plans by a Principal Engineer and one of Norris Repke's Construction Inspectors. Utility Coordination 1. Prepare preliminary utility notices and send preliminary plans to utilities at the time of the 95% submittal. 2. Monitor responses from utility companies. 3. Coordinate with utility companies. Construction Document Processing 1. Upon 60%, 95% and final completion of the plans submit three (3) sets of each to the City for review and comment. Engineering Services Proposal September, 2004 City of Lynwood - Various Streets P-2785 2. Review results of City staff review and discuss if necessary. 3. Make revisions and corrections within our scope of work to the plans and cost estimate after each review and resubmit to City. 4. Upon acceptance and approval of the plans and cost estimate by the City, provide the City with the following information: · Utility coordination logs, data and correspondence · Original plans (ink on double-matte mylar) signed and stamped · Electronic files of plans (CD) including pen settings. · Electronic file of cost estimate CITY RESPONSIBILITIES The City would assume the following responsibilities: A. Make available and provide all existing data and information relevant to the proposed project. B. Provide copy of existing street, signal and striping plans. (if available) C. Provide environmental document preparation and processing. D. Coring of existing structural sections. E. Geotechnical investigation and/or reports F. Prepare Project Specifications G. Construction Inspection and Contract Administration H. Reproduction for bidding and construction. EXTENDED SERVICES/OPTIONS The following items are not included in our proposed scope of services or proposed fee but can be provided if requested by the City. Construction Survey and Inspection Norris Repke provides construction survey and inspection services. We have extensive experience in both areas. Our hourly rates for both services are shown on our Standard Hourly Rate Schedule enclosed. We would welcome the opportunity to provide a proposal for these services if needed. B. Existing Survey Monumentation Tie out existing survey monuments and provide Corner Records. C. Hydrology Studies and Storm Drain Plans SCHEDULING Engineering Services Proposal City of Lynwood - Various Streets September, 2004 P-2785 Norris Repke proposes to provide the services outlined in accordance with the attached project schedule. The schedule will commence upon receipt of a notice to proceed and is based on the '120 calendar day completion time' requested. This schedule is sensitive to certain actions by the City, and other outside agencies, which Norris Repke has no control over and cannot be responsible for any excessive reviews by the City. We would be happy to discuss it further. It would also be discussed at the initial meeting and is subject to revisions based on mutual agreement. FEES Norris Repke proposes to provide the services presented for the total fixed fee shown below. A breakdown of the fees by Phase is shown below. Fees will be invoiced on a percent complete basis for each phase. PHASE I: Orientation/Data Collection/Base Sheets $17,750.00 PHASE I1: Design Development $ 7,720.00 PHASE Ill: Construction Documents $ 23,230.00 Total Fixed Fee $ 48,700,00 We appreciate the opportunity to offer this proposal and remain available to discuss it further at your convenience. We will begin immediately once we receive your notice to proceed. Thank you. Sincerely, Warren W. Repke, PE Principal Engineer DATE: October 5, 2004 TO: FROM: BY: SUBJECT: THE HONORABLE PRESIDENT AND MEMBERS OF THE Yadollah Farhadi, P.E. Director of Enviromental Services/City Engine~O ~fl'~'~ Contract Award Street Improvement Project, Project Number 05-5249 and 05-5299 Walnut Ave. PURPOSE: To recommend that the Lynwood Utility Authority adopt the attached resolution awarding a contract to the lowest responsible bidder Bannaoun Engineers-Constructors, for the Walnut Ave. Improvement Project, Project No. 05-5249 and 05-5299. BACKGROUND: The project is listed in the Capital Improvement Project for FY 2004-2005, and is funded by AB 2928 and Lynwood Utility Authority (L.U.A). The project encompasses the removal and reconstruction of cross gutters, driveway approaches, curbs and gutters, sidewalks, wheelchair ramps and the reconstruction of pavement structural section and overlay. On August 25, 2004 the bid advertisement for the project started. Twenty Four (24) contractors received project plans and specifications. The bid opening was held in the office of the Secretary on September 16, 2004. Eight (8) bids were submitted. BID RANK CONTRACTOR BID TOTAL I BANNAOUN ENGINEERS-CONSTRUCTORS $258,180.00 2 RANCO CORPORATION $295,250.00 3 SULLY MILLER $324,790.00 4 HARDY AND HARPER $350,675.00 5 ELITE BOBCAT SERV1CES $366,880.00 6 EC CONSTRUCTION $372,311.68 7 EXCEL PAV1NG $399,424.00 8 'ALL AMERICAN ASPHALT $465,305.00 ANALYSIS: Bannaoun Engineers-Constructors was the apparent lowest bidder at $258,180.00 (see attached bid analysis sheet). A reference check of previous performance reveals that this contractor has the necessary experience for this type of project. RECOMMENDATION: Staff recommends that Lynwood Utility Authority adopt the attached resolution entitled," A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO BANNAOUN ENGINEERS- CONSTRUCTORS IN THE AMOUNT OF $258,180.00 FOR THE WALNUT AVE. IMPROVEMENT PROJECT, (BULLIS RD. TO HARRIS AVE.), PROJECT NUMBER 05-5249 and 05-5299, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT". RESOLUTION NO. A RESOLUTION OF THE LYNVqOOD UTILITY AUTHORITY OF THE CITY OF LYN'WOOD AWARDING A CONTRACT TO BANNAOUN ENGINEERS- CONSTRUCTORS IN THE AMOUNT OF $258,180.00 FOR THE WALNUT AVE. IMPROVEMENT PROJECT, (BULLIS RD. TO HARRIS AVE.), PROJECT NUMBER 05-5249 and 05-5299, AND AUTHORIZING THE PRESIDENT TO EXECUTE THE AGREEMENT". WHEREAS, the Walnut Ave. Street Improvement Project, Project No. 05-5249 and 05-5299 is scheduled for completion during the FY 2004-2005; and WHEREAS, the Walnut Ave. Street Improvement Project is funded by AB 2928 and Lynwood Utility Authority (L.U.A) Funds; and WHEREAS, the bid opening was held on September 16, 2004 and Bannaoun Engineers-Constructors was the apparent lowest bidder at $258,180.00; and WHEREAS, a reference check has revealed that this contractor has the necessary experience for this type of project. NOW THEREFORE, the Lynwood Utility Authority of the City of Lynwood does hereby find, proclaim, order and resolve as follows: Section 1. That the contract for the Walnut Ave. Street Improvement Project, Project Number 05-5249 and 05-5299, be awarded to Bannaoun Engineers-Constructors, for its low bid of $258,180.00. Section 2. That the President is hereby authorized to execute the agreement between the Lynwood Utility Authority and Bannaoun Engineers-Constructors. Section 3. This resolution shall take effect immediately upon its adoption. PASSED, APPROVED and ADOPTED this 5th day of October 2004. Louis Byrd, President Lynwood Utility Authority ATTEST: ANDREA L. HOOPER, Secretary Lynwood Utility Authority APPROVED AS TO CONTENT: APPROVED AS TO FORM: Joseph Wang, Interim Executive Director Authority Counsel Yadollah Farhadi, P.E Director of Environmental Services/ City Engineer STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, the undersigned, Secretary of the Lynwood Utility Authority, do hereby certify that the above and foregoing resolution was duly adopted by the Lynwood Utility Authority of the City of Lynwood at a regular meeting held in the City Hall of said City on the day of ,2004, and passed by the following vote: AYES: NOES: ABSENT: Secretary, Lynwood Utility Authority STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, the undersigned Secretary of the Lynwood Utility Authority, and Secretary of the Board of said Authority, do hereby certify that the above and foregoing is a full, true and correct copy of Resolution No. on file in my office and that said resolution was adopted on the date and by the vote therein stated. Dated this day of ,2004. Secretary, Lynwood Utility authority DATE: October 5, 2004 TO: FROM: BY: THE HONORABLE PRESIDENT AND MEMBERS OF THE LYNWOOD UTILITY AUTHORITY A ^~ Joseph Y. Wang, Interim Executive Direc~//'-~ Yadi Farhadi, Director of Environmental l~'fces/City Engineer SUBJECT: Service Contract Award to DIVlR Team PURPOSE: To recommend that the Lynwood Utility Authority adopt the attached resolution awarding a contract to DMR TEAM for the design of the Lynwood Rd. (State St. to Monrovia Ave.), Lynwood Rd. (Long Beach Blvd. to Bullis Rd.), Louise St. (State St. to Monrovia Ave.), Louise St. (Long Beach Blvd. to School St.), Louise St. (Fir St. to Bullis Rd.), Lewis St. (Louise St. to Lynwood Rd.), Olive St. (Louise St. to Lynwood Rd.), Cedar Ave. (State St. to Peach St.), Bradfield Ave, (Carlin Ave. to Agnes Ave.), Gertrude Dr. (Magnolia Ave. to Agnes Ave.) and Carlin Ave. (Long Beach to Bullis) Project No. 05-5299 and authorizing the President to execute the contract agreement. BACKGROUND: At the meeting of July 6, 2004, Lynwood Utility Authority approved $4.3 million of LUA funds for street improvements. At the meeting of July 27, 2004, City Council approved the LUA funded street improvement list. Some of the streets in the approved list have designs that are 80%-100% complete. The reconstruction projects for these streets are already scheduled for bid opening. However, the remaining streets have been divided into four packages, three packages will be design by consultants and one package will be designed in-house. On August 18, 2004 staff issued a Request for Proposal (RFP) to DMR TEAM. This consultant was qualified through the selection process. The RFP deadline was September 9, 2004. ANALYSIS: Based on their qualifications, experience and proposal, this firm was selected to provide professional services for the design of Lynwood Rd. (State St. to Monrovia Ave.), Lynwood Rd. (Long Beach Blvd. to Bullis Rd.), Louise St. (State St. to Monrovia Ave.), Louise St. (Long Beach Blvd. to School St.), Louise St. (Fir St. to Bullis Rd.), Lewis St. (Louise St. to Lynwood Rd.), Olive St. (Louise St. to Lynwood Rd.), Cedar Ave. (State St. to Peach St.), Bradfield Ave, (Carlin Ave. to Agnes Ave.), Gertrude Dr. (Magnolia Ave. to Agnes Ave.) and Carlin Ave. (Long Beach to Bullis) Project No. 05-5299 /~GE ~DA ITEM J:~PUBWORKS\wordfiles\COUNCIL\Cou04050DMRdesign LUA.DOC Staff has negotiated a consultant fee of $75,240.00 for the design and preparation of plans for this improvement project (see attached proposal). RECOMMENDATION: Staff recommends that the Lynwood Utility Authority adopt the attached entitled resolution: "A RESOLUTION OF TIlE LYNWOOD UTILITY AUTHORITY OF TIlE CITY OF LYNWOOD AWARDING A CONTRACT TO DMR TEAM IN TIlE AMOUNT OF $75,240.00 FOR THE DESIGN OF LYNWOOD RD., LOUISE ST, LEWIS ST., OLIVE ST, CEDAR AVE., BRADFIELD AVE, GERTRUDE DR. AND CARLIN AVE PROJECT NUMBER 05-5299, FISCAL YEAR 2004-2005; AND AUTHORIZING TIlE PRESIDENT TO EXECUTE THE CONTRACT AGREEMENT." J:XPUBWORKS\wordfiles\COIYNCIL\Cou04050DMRdesign_LUA. DOC RESOLUTION NO. A RESOLUTION OF THE LYNWOOD UTILITY AUTHORITY OF THE CITY OF LYNWOOD AWARDING A CONTRACT TO DMR TEAM IN THE AMOUNT OF $75,240.00 FOR THE DESIGN OF LYNWOOD RD., LOUISE ST., LEWIS ST., OLIVE ST., CEDAR AVE., BRADFIELD AVE, GERTRUDE DR. AND CARLIN AVE PROJECT NUMBER 05-5299, FISCAL YEAR 2004-2005; AND AUTHORIZING THE PRESIDENT TO EXECUTE THE CONTRACT AGREEMENT WHEREAS, the design of Lynwood Rd. (State St. to Monrovia Ave.), Lynwood Rd. (Long Beach Blvd. to Bullis Rd.), Louise St. (State St. to Monrovia Ave.), Louise St. (Long Beach Blvd. to School St.), Louise St. (Fir St. to Bullis Rd.), Lewis St. (Louise St. to Lynwood Rd.), Olive St. (Louise St. to Lynwood Rd.), Cedar Ave. (State St. to Peach St.), Bradfield Ave, (Carlin Ave. to Agnes Ave.), Gertrude Dr. (Magnolia Ave. to Agnes Ave.) and Carlin Ave. (Long Beach to Bullis), Project No. 05-5299 is listed in the CIP Program for FY 2004-2005; and WHEREAS, the project is fimded by the LUA Funds; and WHEREAS, DMR Team possesses the qualifications and experience to provide professional design services for said project; and WHEREAS, a contract price of $75,240.00 was negotiated with DMR Team to design Lynwood Rd., Louise St., Lewis St., Olive St., Cedar Ave., Bradfield Ave, Gertrude Dr. and Carlin Ave. Improvement Project. NOW, THEREFORE, the Lynwood Utility Authority of the City of Lynwood does hereby f'md, proclaim, order and resolve as follows: Section 1.. That the contract for the design of Lynwood Rd., Louise St., Lewis St., Olive St., Cedar Ave., Bradfield Ave, Gertrude Dr. and Carlin Ave Project Number 05-5299, be awarded to DMR Team for the negotiated fee of $75,240.00. Section 2. That the President is hereby authorized to execute the contract agreement between the City of Lynwood and DMR Team. Section 3. This resolution shall take effect immediately upon its adoption. PASSED, APPROVED and ADOPTED this day of ., 2004. LOUIS BYRD, President Lynwood Utility Authority J:~PUBWORKS\wordfiles\COUNCIL\Cou04050DMRdesign_LUA. DOC ATTEST: ANDREA L. HOOPER, Secretary Lynwood Utility Authority APPROVED AS TO FORM: APPROVED THIS CONTENT: Authority Counsel Joseph Y. Wang, Interim Executive Director Yadi Farhadi Director of Environmental Services / City Engineer STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) I, the undersigned, Secretary of the Lynwood Utility Authority, do hereby certify that the above and foregoing resolution was duly adopted by the Lynwood Utility Authority of the City of Lynwood at a regular meeting held in the City Hall of said City on the day of _, 2004, and passed by the following vote: AYE S: NOES: ABSENT: Secretary, Lynwood Utility Authority J:~PUBWORKS\wordfiles\COUNCIL\Cou04050DMRdesign_LUA. DOC STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, the undersigned Secretary of the Lynwood Utility Authority, and Secretary of the Board of said Authority, do hereby certify that the above and forgoing is a full, tree and correct copy of Resolution No. on file in my office and that said resolution was adopted on the date and by the vote therein stated. Dated this day of ,2004. Secretary, Lynwood Utility Authority J:XPUBWORKS\wordfiles\COUNCIL\Cou04050DMRdesign_LUA.DOC PROPOSAL TO PROVIDE DESIGN SURVEY AND CIVIL ENGINEERING DESIGN SERVICES FOR CARLIN AVENUE Prepared for CITY OF LYNWOOD Submitted by DMR Team, Inc. September 7, 2004 DMR TEAM, INC WEST LOS ANGELES OFFICE 6133 BRISTOL PAP~K~IVAY SUITE 270 / CULVER CITY / CALIFOP, NIA 90230 ° 310 338 3440 / FAX 310 338 3446 SECTION I INTRODUCTION It is our understanding that the City desires to improve Carlin Avenue from Long Beach Boulevard to Bullis Road. The Scope of Improvements generally include pavement rehabilitation, correction of drainage deficiencies, removal and replacement of sidewalk, curb and gutter, and handicap access ramps that are in poor condition. Additionally, curb, gutter, sidewalk, and handicap access ramps will be installed where needed. Therefore, the Scope of Work proposed here provides for design survey, visual site evaluation, as well as preparation of the design documents including improvement plans, and cost estimates. SECTION II SCOPE OF SERVICES DESCRIPTION TOPOGRAPHICAL Provide survey services to field measure Survey existing improvements within the project limits at 50' intervals and reduction of the data to~ create a project base map. Provide civil engineering services to prepare improvement plans by analyzing the existing street cross sections at 50' intervals and determine optimum grades. The information then will be reflected on the improvement plans. Street Improvement Plans Other localized problems such as damaged curb and gutter, sidewalk, H/C access ramps will be field investigated and incorporated into the appropriate companies and incorporated into the drawings. The existing structural section of the roadway is available from existing records. Prepare preliminary cost estimate based on the desired scope and compare against the Preliminary and Final Cost Estimates available budget to determine the final scope, as well as preparation of the final cost estimates based on the final plans and quantities SECTION III PROPOSED FEE Survey Street Improvements Cost Estimate Phase/Task TOTAL Fee$$$$ 11,000.00700'008'7001'600 SECTION IV PROFESSIONAL RATE SCHEDULE, AND DELIVERABLES Hourly Rates Additional work can be provided on time and material basis per the following table: Two Man Survey Crew 96 S/hr Project Project Manager Engineer 70 S/hr 63 S/hr Designer/ Drafter 50 S/hr Clerical 35 S/hr Schedule of Performance Task/Number of Months I 2 3 4 Field Survey XXXX 60% Improvement Plans XXXX 90% Improvement Plans XXXX Cost Estimate X Final Documents XX Note: Does not include City review time Deliverables · Construction drawings · Electronic files of the drawings · Quantity estimate of the material Work Included X -- denotes one week Right of way records Utilities. All utility lines to be shown on plan. Information to be obtained from utility agencies. 2. Preliminary Design and Submittal Submit three sets of plans with surveying and proposed design criteria. At least one week after first submittal the City will call you for an appointment to discuss criteria and establish acceptance of project design. 3. 60% and 90% Submittal Submit three sets of plans. Submit Cost Estimate and Quantity Take Off at 90% submittal. 4. Final Submittal Signed and stamped original mylar. Digital files (CD) including pen setting (Micro Station) 5. Utility Companies Notification Notify the Utility Companies about the proposed improvement and schedule for construction and submit copies of correspondence to the City. 6. Reproduction Cost and Deliveries All reproduction cost and deliveries and related paperwork (reimbursable expenses) is included in the Proposed Fee. Drafting Standards Construction Drawings shall be 24" X 36" and shall include the following: Cover sheet contents: a. Location map b. Key Map c. Project Title d. Abbreviations e. Legend f. General Notes g. Utility Contract h. Underground Service Alert i. Sheet Index Sheet 2 (details) a. Typical section b. Any other details required for construction c. Construction notes 3. Improvement Plan Horizontal scale 1" = 20, Vertical scale 1" = 2' Show screened topographic survey Show lot lines with house numbers Show all utility lines, manhole covers and valve covers General Adequate quality control and quality assurance will be implemented during design phase of project. Work Not Included The following items are excluded from this proposal: Preparation of Specifications Contract Administration Construction Inspection Geotechnical investigation, road section coring (if necessary) Artwork and artist involvement Potholing PROPOSAL TO PROVIDE DESIGN SURVEY AND CIVIL ENGINEERING DESIGN SERVICES FOR LYNWOOD ROAD, LOUISE STREET, LEWIS STREET, OLIVE STREET, CEDAR AVENUE, BRADFIELD AVENUE AND GERTRUDE DRIVE Prepared for CITY OF LYNWOOD Submitted by DMR Team, Inc. September 9, 2004 DMRTF~,M, INC. WESTLOSANGELESOFFIC_E 6133BRISTOLPARKWAYSUITE27O/CULVERCITY/CALIFORNIAgO230.310~38.3440/~X3103353446 SECTION I INTRODUCTION It is our understanding that the City desires to improve the following roadway segments: · Lynwood Road (State Street to Monrovia Avenue) · Lynwood Road (Long Beach Boulevard to Bullis Road) · Louise Street (State Street to Monrovia Avenue) · Louise Street (Long Beach Boulevard to School Street) · Louise Street (Fir Street to Bullis Road) · Lewis Street (Louise Street to Lynwood Road) · Olive Street (Louise Street to Lynwood Road) · Cedar Avenue (State Street to Peach Street) · Bradfield Avenue (Cadin Avenue to Agnes Avenue) · Gertrude Drive (Magnolia Avenue to Agnes Avenue) The Scope of Improvements generally include pavement rehabilitation, correction of drainage deficiencies, removal and replacement of sidewalk, curb and gutter, and handicap access ramps that are in poor condition. Additionally, curb, gutter, sidewalk, and handicap access ramps will be installed where needed. Therefore, the Scope of Work proposed here provides for design survey, visual site evaluation, as well as preparation of the design documents including improvement plans, and cost estimates. SECTION II SCOPE OF SERVICES DESCRIPTION TOPOGRAPHICAL Provide survey services to field measure Survey existing improvements within the project limits at 50' intervals and reduction of the data to create a project base map. Provide civil engineering services to prepare improvement plans by analyzing the existing street cross sections at 50' intervals and determine optimum grades. The information then will be reflected on the improvement plans. Street Improvement Plans Other localized problems such as damaged curb and gutter, sidewalk, H/C access ramps will be field investigated and incorporated into the appropriate companies and incorporated into the drawings. The existing structural section of the roadway is available from existing records. Prepare preliminary cost estimate based on the desired scope and compare against the Preliminary and Final Cost Estimates available budget to determine the final scope, as well as preparation of the final cost estimates based on the final plans and quantities SECTION III PROPOSED FEE Lynwood Road - Lynwood Road - Louise Street Louise Street - Louise Street State Street to Long Beach Blvd - State Street Long Beach - First Street Phase/Task Monrovia to Bullis Road to Monrovia Boulevard to to Bullis Avenue Avenue School Street Road Survey $ 1,800.00 $ 2,770.00 $ 1,800.00 $ 1,800.00 $ 2,100.00 Street Improvements $ 5,060.00 $ 6,440.00 $ 4,950.00 $ 4,710.00 $ 5,300.00 Cost Estimate $ 300.00 $ 420.00 $ 310.00 $ 300.00 $ 350.00 $ 7,160.00 $ 9,630.00 $ 7,060.00 $ 6,810.00 $ 7,750.00 Lewis Street - Olive Street - Cedar Bradfield Gertrude Drive Louise Street to Louise Street to Avenue - Avenue - - Magnolia Phase/Task Lynwood Road Lynwood Road State Street Carlin Avenue Avenue to to Peach to Agnes Agnes Avenue Street Avenue Survey $ 1,100.00 $ 1,000.00 $ 1,100.00 $ 2,500.00 $ 1,900.00 Street Improvements $ 1,600.00 $ 1,560.00 $ 1,750.00 $ 7,300.00 $ 4,830.00 Cost Estimate $ 160.00 $ 130.00 $ 230.00 $ 370.00 $ 300.00 $ 2,860.00 $ 2,960.00 $ 3,080.00 $ 10,170.00 $ 7,030.00 GRAND TOTAL I $ 64,240.00 SECTION IV PROFESSIONAL RATE SCHEDULE, AND DELIVERABLES Hourly Rates Additional work can be provided on time and material basis per the following table: Two Man Project Project Survey Crew Manager Engineer 96 S/hr 70 S/hr 63 S/hr Designer/ Drafter 50 S/hr Clerical 35 S/hr Schedule of Performance Task/Number of Months t 2 3 4 $ Field Survey XXXX XX 60% Improvement Plans XXXX XXXX XX 90% Improvement Plans XX XX Cost Estimate X Final Documents XX Note: Does not include City reviewtime Deliverables · Construction drawings · Electronic files of the drawings · Quantity estimate of the matedal Work Included X = denotes one week Right of way records Utilities. All utility lines to be shown on plan. Information to be obtained from utility agencies. 2. Preliminary Design and Submittal Submit three sets of plans with surveying and proposed design criteria. At least one week after first submittal the City will call you for an appointment to discuss criteria and establish acceptance of project design. 3. 60% and 90% Submittal Submit three sets of plans. Submit Cost Estimate and Quantity Take Off at 90% submittal. 4. Final Submittal Signed and stamped original mylar. Digital files (CD) including pen setting (Micro Station) 5. Utility Companies Notification Notify the Utility Companies about the proposed improvement and schedule for construction and submit copies of correspondence to the City. 6. Reproduction Cost and Deliveries All reproduction cost and deliveries and related paperwork (reimbursable expenses) is included in the Proposed Fee. Drafting Standards Construction Drawings shall be 24" X 36" and shall include the following: Cover sheet contents: a. Location map b. Key Map c. Project Title d. Abbreviations e. Legend General Notes g. Utility Contract h. Underground Service Alert i. Sheet Index Sheet a. b. C. 2 (details) Typical section Any other details required for construction Construction notes 3. Improvement Plan Horizontal scale 1" = 20, Vertical scale 1" = 2' Show screened topographic survey Show lot lines with house numbers Show all utility lines, manhole covers and valve covers General Adequate quality control and quality assurance will be implemented during design phase of project. Work Not Included The following items are excluded from this proposal: Preparation of Specifications Contract Administration Construction Inspection Geotechnical investigation, road section coring (if necessary) Artwork and artist involvement Potholing