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