Loading...
HomeMy WebLinkAbout9/2/2015 - STAFF REPORTS - 2.S. ;O,P P LM SAS iZ c V n fi •Cg41FORN�P• City Council Staff Report DATE: September 2, 2015 CONSENT CALENDAR SUBJECT: APPROVE AMENDMENT NO. 3 TO THE CONTRACT SERVICES AGREEMENT WITH DOKKEN ENGINEERING IN THE AMOUNT OF $120,000 FOR ADDITIONAL CONSTRUCTION SUPPORT SERVICES FOR THE BOGERT TRAIL BRIDGE REHABILITATION PROJECT, CITY PROJECT NO. 07-03, FEDERAL AID PROJECT NO. BHLS 5282 (026) FROM: David H. Ready, City Manager BY: Public Works & Engineering Department SUMMARY: Approval of Amendment No. 3 to the professional services agreement with Dokken Engineering is recommended to include additional construction engineering, mitigation, and environmental support. RECOMMENDATION: 1. Approve Amendment No. 3 to Agreement No. 5580 with Dokken Engineering, in the amount of $120,000, for a total contract amount of $838,985 for the Bogert Trail Bridge Rehabilitation Project, City Project No. 07-03, Federal Aid Project No. BHLS 5282 (026); and 2. Authorize the City Manager to execute all necessary documents. BACKGROUND: In 2005 the Public Works and Engineering Department applied to the California Department of Transportation ("Caltrans") for federal Highway Bridge Program (HBP) funding to widen and retrofit the existing Bogert Trail bridge over the Palm Canyon Wash. Caltrans approved the City's federal HBP grant request, and awarded the City federal funding for this project. With an estimated total cost of $4.9 Million, the HBP will provide the project with 88.53% funding — or over $4.3 Million. All federal highway funds, including HBP funds, are ultimately administered by Caltrans after they are allocated to local agencies. On November 14, 2007, the City Council approved an agreement with Dokken F: EM NO, - �-Cp _ City Council Staff Report September 2, 2015-- Page 2 Approve Amendment No. 3 with Dokken Engineering (CP 07-03) Engineering, in the amount of $610,545 for environmental and civil design services for the Bogert Trail Bridge Rehabilitation Project (City Project 07-03), Federal Aid Project No. BHLS 5282 (026), (the "Project"). Later, on May 25, 2010, staff administratively approved Amendment No. 1 in the amount of $8,440 to the agreement with Dokken Engineering for bridge aesthetic design services. On February 4, 2015 with the Award of the Construction Contract, Council approved Amendment No. 2 for Dokken to provide construction engineering and environmental support services that were not included in the scope of Transtech Engineers' contract, the Construction Management firm selected for the project. The City's consultant, Dokken Engineering, previously completed the environmental studies, construction plans, specifications, and estimates. The Project comprises of the rehabilitation and minor widening of the existing Bogert Trail Bridge over the Palm Canyon Wash (Bridge No. 56C-0311), including minor roadway approach improvements, and all appurtenant work. The Project will retrofit and repair the existing bridge, and widen the bridge deck width to match the existing roadway width on both sides of the bridge, including the addition of new sidewalks and accommodating for future bike lanes. On May 5, 2010, the City Council approved the bridge aesthetic design concept for the Project. The approved bridge aesthetic design pays respect to former Mayor Frank Bogert, and includes Western imagery found in the tooled leather of saddles and boots and the elaborate engraving on spurs, rowels and bits. Within the bridge parapet, form liners will be used to create patterns in the concrete that resemble tooled leather. Engraved metal medallions are included to accent the tooled concrete. Both the exterior bridge girder and railing will be enhanced through color. The form of the abutment wing walls will be a stepped face wall that mimics the shape, form, and pattern of spurs with leather tooling. Color stains that emulate leather patterns found on Western saddles are included to enhance the pier walls. The approved aesthetic design concept included the following: • Decorative, tooled parapet with colored pattern and cut metal applique within the exterior bridge barriers • Decorative, tooled parapet with colored pattern within the interior bridge barriers • Stained and painted tubular steel hand rail • Decorative stamped and colored concrete sidewalks • Decorative formed concrete relief at bridge abutments with cut metal applique • Decorative stained pattern on bridge pier walls underneath the bridge within the Palm Canyon Wash On September 16, 2014, the Public Works and Engineering Department received authorization from Caltrans to proceed with construction of the Project, and on November 5, 2014, the City Council approved the plans, specifications, and estimates and authorized staff to proceed with bidding. On February 4, 2015 Council rejected the 02 City Council Staff Report September 2, 2015 -- Page 3 Approve Amendment No. 3 with Dokken Engineering (CP 07-03) bid protest by the MCM Construction, the second lowest bidder, and awarded the contract to Powell Constructors. ANALYSIS: Additional Construction Engineering and Environmental Support Staff recommends approval of Amendment No. 3 to the agreement with Dokken Engineering to incorporate additional environmental and construction engineering support services, in the amount not to exceed $120,000 for the following reasons: 1) The need for increased environmental monitoring and working with resources agencies such as the Army Corps of Engineers and Fish and Wildlife Services due to recent storm events that caused the contractor modify environmental easement fencing. 2) Mitigation costs for impacts to the equestrian businesses that normally travel through the project site that are now impacted by the construction project. 3) An unusually large amount of Request for Informations (RFIs) submitted by the Contractor. 4) Assisting with a Notice of Potential Claim submitted by the Contractor. 5) Coordinating the numerous pieces of artwork to be installed on the bridge. A copy of the amendment with Dokken Engineering is included as Attachment 1. ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines are required to include a list of classes of projects which have been determined not to have a significant effect on the environment and which are exempt from the provisions of CEQA. In response to that mandate, the Secretary for Resources identified classes of projects that do not have a significant effect on the environment, and are declared to be categorically exempt from the requirement for the preparation of environmental documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects include the restoration or rehabilitation of deteriorated or damaged structures to current standards of public health and safety. Therefore, the Project is considered categorically exempt from CEQA. On the basis that the Project qualifies for a categorical exemption under CEQA, staff prepared and filed a CEQA Notice of Exemption on December 1, 2009; a copy of the CEQA Notice of Exemption is included as Attachment 2. On October 1, 2009, Caltrans, acting as the lead agency pursuant to the National Environmental Policy Act ("NEPA"), made an environmental determination that the Project does not individually or cumulatively have a significant impact on the environment as defined by NEPA and is excluded from the requirements to prepare an Environmental Assessment ("EA") or Environmental Impact Statement ("EIS'), and has considered unusual circumstances pursuant to Section 6004 of 23 CFR 771.117(b). On the basis of this determination under federal delegation pursuant to Chapter 3 of Title 23, United States Code, Section 326 and a Memorandum of Understanding ("MOU") 03 City Council Staff Report September 2, 2015 -- Page 4 Approve Amendment No. 3 with Dokken Engineering (CP 07-03) dated June 7, 2007, executed between the Federal Highway Administration ("FHWA") and the state of California, Caltrans has determined that the Project qualifies for a Categorical Exclusion in accordance with 23 CFR 771.117(d) pursuant to activity (d)(3). On June 28, 2011, an environmental Re-Validation was issued to include additional mitigation measures for the Casey's June beetle. On March 14, 2013, an administrative environmental Re-Validation was approved by Caltrans. Copies of the NEPA Categorical Exclusion and environmental Re-Validation forms are included as Attachment 3. FISCAL IMPACT: The City has received a federal HBP grant of $4,447,693 for the Project, with $655,786 allocated to the design phase, $119,516 allocated to the right of way phase for the conservation easement, and $3,672,391 for the construction phase. Previously, the City budgeted $446,614 from Fund 134 (Measure A Improvements) for the Project. The Project's overall budget, and incurred expenditures, are identified in Table 1: Table of Project Costs Amount HBP Federal Aid Grant $4,447,693 Measure A Fund Prior Year Allocation $446,614 Design Services $618,985) Project Administration (through 1/15/15 $44,200) Project Administration Estimated $30,000) Right of Way $151,780 Construction Engineering & Administration $704,102 Construction Contract $2,487,990 Construction Contingency $248,799 Remaining Balance $608,451 Table 1 Funds to encumber for approval of Amendment No. 3 contract services agreement with Dokken Engineering in the amount of $120,000 are available from the following account: Funds to encumber for Amendment No. 3 with Dokken Engineers' contract in the amount of$120, are available from the following accounts: • 261-4491-50244; $106,236 (88.53%) • 134-4498-50244; $13,764 (11.47%) 04 City Council Staff Report September 2, 2015-- Page 5 Approve Amendment No. 3 with Dokken Engineering (CP 07-03) SUBMITTED Prepared by: Marcus L. Fuller, MPA, P.E., P.L.S. Assistant City Manager/City Engineer Approved by: David H. Ready, Esq,rP . City Manager Attachments: 1. Amendment No. 3 to Agreement 5580 06 Attachment 1 06 AMENDMENT NO. 3 TO CONTRACT SERVICES AGREEMENT NO. 5580 WITH DOKKEN ENGINEERING BOGERT TRAIL BRIDGE REHABILITATION, CP#07-03 The following articles of Agreement No. 5580 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is amended to Eight Hundred Thirty-Eight Thousand Nine Hundred Eighty-Five Dollars ($838,985.00). SCOPE OF SERVICES (Exhibit "A")— Exhibit "A" is amended as follows: Amend Phase 2, Task 4.0 Design Support Services During Construction. See the attached Exhibit"A". SCHEDULE OF COMPENSATION (Exhibit "C") — Exhibit "C" is amended as follows: Amended Phase 2, Task 4.0 Design Support During Construction. See the attached revised Exhibit "C". Purchase Order Number(s): 0000784 Agreement Number: 5580 Original City Council Approval: November 14, 2007 Original Contract Amount: $ 610,545 Amount of Previous Increase(s) $ 108,440 Amount of This Increase $ 120,000 Amended Total: $ 838,985 Account Number(s): 134-4498-50244 $13,764 261-4491-50244 $106,236 SIGNATURES ON LAST PAGE 07 Except as specifically amended by this Amendment No. 3, all terms and provisions of Agreement No. 5580 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a California charter city By: City Clerk By: City Manager APPROVED AS TO FORM: By: City Attorney CONTRACTOR: DOKKEN ENGINEERING Check one:_Individual_Partnership X Corporation Corporations require two notarized signatures: One signature must be from the Chairman of Board, President,or any Vice President.The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). By: By: Notarized Signature of Chairman of Board, Notarized Signature Secretary,Asst Secretary, President or any Vice President Treasurer,Asst treasurer or Chief Financial Officer Name: Name: Title: Title: 08 EXHIBIT "A" SCOPE OF SERVICES Phase 2 —Task 4.0 Design Support During Construction as follows: TASK 4.0 DESIGN SUPPORT DURING CONSTRUCTION Task 4.1 —Bidding Support Services Consultant shall assist the City and construction management team during the construction bidding. Consultant anticipates that the City will administer and coordinate the bidding procedures for the project. Work associated with this task will include: • Attending a pre-bid meeting to answer questions from perspective bidders. • Supporting the City during the bidding process by addressing Contractor inquiries and issuing addenda if required as the result of bidder inquiries. • Review the bids after all have been opened. Task 4.2—Engineering Services Consultant will be available during construction to respond to questions specifically related to the design plans and specifications and provide clarification when requested. As part of this task, Consultant will: • Attend the project pre-construction meeting. • Provide consultation and interpretation of construction documents, including responding to Requests for Information (RFIs)from the Contractor, as required. • Be available to visit to the jobsite for on-site review of construction progress and attend construction meetings as requested by the City to resolve any discrepancies in the contract documents. Dokken Engineering shall bring to the attention of the Resident Engineer any defects or deficiencies in the work by the construction contractor which the Consultant may observe. Dokken Engineering will attend construction field meetings between the Contractor and the Resident Engineer. Typically occurs every other week. • Review and comment on contract change orders. Dokken Engineering will prepare recommended responses to all notice of potential claims and will assist the Resident Engineer with the resolution of all claims. • Prepare plan revisions as necessitated by contract change orders. • Review all submittals and bridge shop plan drawings submitted by the Contractor. Submittal reviews and shop plan reviews shall be completed within 1 week of receipt. • Deliver to City within two months of completion of project construction, the final "As-Built" plans in electronic format using 'red-lined" drawings from the Resident Engineer. It is assumed that the contractor provides redlines of design changes that were made in the field. • Update the City's Quality Assurance Plan (QAP) for federally funded 09 transportation projects to reflect current standards and requirements. • Provide geotechnical field inspection during the start of pile driving operations. • Provide source inspections for precast elements. Task 4.3—Architectural Services The Architect will provide a material prototype (approx. 17 feet x 2 feet) for the relief pattern on the bridge parapet. Because the relief pattern repeats, one prototype will be provided, from which molds or forms can be derived. Material for the prototype will be coordinated with the form liner manufacturer. The Architect will provide a material prototype for the basket weave relief pattern located on the bridge monuments. Prototype material and size will be coordinated with the form liner manufacturer. The Architect will supply one small metal medallion prototype and one large metal medallion prototype for the bridge parapet and wingwalls for fabrication and installation by the Contractor. The Architect will review and approve color samples for the bridge stain and railing paint. Review and approval will include one trip to the site to assess the samples on site with as-built elements and the bridge surroundings. The Architect will provide a material prototype for the patterns to be stamped into the sidewalk on the bridge. Because the pattern repeats, one prototype will be provided. Material for the prototype will be coordinated with the stamp/form liner manufacturer. Task 4.4— Environmental Services Consultant's environmental staff will hold a training session to educate construction workers and Construction Management (CM) staff of sensitive environmental resources, conduct any necessary bird nesting surveys, and coordinate with permitting agencies (this includes renewing permits and fulfilling all reporting requirements). The environmental staff will periodically be onsite to assist in delineating ESA in the field, check cleaned equipment prior to initial entry onsite, monitor the crew during "substantial construction activities" (per the Biological Opinion), assist crews in salvaging native woody shrubs, monitor clearing and grubbing, inspect any imported fill, oversee implementation of the re-vegetation plan, and ensure general compliance with the Environmental Commitments Record (ECR). This work does not include any oversight for the 5 years of weeding. Task 4.5—Pre-Construction Clearing and Grubbing Consultant will provide clearing and grubbing services on the project site prior to the start of construction in order to minimize the chance of bird nests forming prior to the start of construction. Prior to construction, Consultant staff will visit the project site up to three times per week to search for partially formed nests on the bridge structure. Partially formed nests will be removed. All work will be performed in compliance with the approved environmental documents and environmental permits. It is assumed that construction will start on or around March 1, 2015. END OF EXHIBIT "A" 10 EXHIBIT "C" SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to Contractor shall be made no more frequently than monthly, and shall be based on lump sum costs per task item of work as indicated herein. Lump sum payments shall be made to Contractor based upon completion of tasks, or pro-rata portions thereof noted below, to a maximum of 75% of the lump sum task item fee until completion of such task item as determined by the Contract Officer. Each request for payment shall contain Contractor's statement of the work or tasks completed or portion performed, with supporting documentation. The determination of payment due shall be made based upon the reasonable judgment of the Contract Officer. Task Total Lump Sum PHASE 1 - PRELIMINARY ENGINEERING AND STUDIES Task 1.0, Project Management Task 1.1, Project Meetings $19,845.00 Task 1.2, Proiect Reports $2,160.00 Task 2.0, Planning and Project Development Task 2.1, Research and Data Gathering $3,440.00 Task 2.2, Surveys $19,360.00 Task 2.3, Hydraulic & Scour Report $13,220.00 Task 3.0, Preliminary and Concept Plans Task 3.1, Geometric Approval Drawings $5,020.00 Task 3.2, Right-of-Way Investigations $2,540.00 Task 3.3 Structure Type Selection $6,200.00 Task 4.0, Environmental Approval Task 4.1, Preliminary Environmental Study (PES) Form $8,030.00 Task 4.2(a), Biological Resources $33,600.00 Task 4.2(b), Cultural Resources $25,600.00 Task 4.2(c), Air Quality Report $7,060.00 Task 4.2(d), Noise Analysis $7,900.00 Task 4.2(e), Initial Site Assessment (ISA) $11,920.00 Task 4.2(f), Water Quality Assessment $7,820.00 Task 4.2(g), Location Hydraulic Study $7,820.00 Task 4.2(h), Biological Assessment(optional) $13,030.00 Task 4.2(i), Section 7 Consultation (optional) $8,550.00 Task 4.2(j), Focused Survey- Casey's June Beetle (optional) $8,580.00 Task 4.3, Environmental Document Task 4.3(a), Draft Environmental Document $22,920.00 Task 4.3(b), Respond to Comments/Obtain Approval $26,850.00 Task 4.3(c), Mitigation Monitoring Plan $3,760.00 Task 4.3(d), Final Administrative Record $1,870.00 Phase 1 Subtotal $267,095.00 EXHIBIT "C" (Continued Next Page) 11 EXHIBIT "C" SCHEDULE OF COMPENSATION Task Total Lump Sum PHASE 2 - CIVIL ENGINEERING DESIGN Task 1.0, Final Design Reports and Studies Task 1.1. Geotechnical Design Report $50,000.00 Task 2.0, Plans, Specifications & Estimate (PS&E) Task 2.1, Utility Coordination $4,000.00 Task 2.2, RCFC Coordination $7,010.00 Task 2.3, 35% Details $72,060.00 Task 2.4, 60% Details $78,770.00 Task 2.5, 95% PS&E $83,190.00 Task 2.6, 100% PS&E $13,480.00 Task 2.7. Bridge Aesthetic Design $16,000.00 Task 3.0, Environmental Permitting Task 3.1 a, Section 401 Water Quality Certification $14,600.00 T.+'L 3.i b, Cv +an t ti� ni�.,.���eR n $i0 San nn en h greemeat Task 3.1 c Section 404 Permit $12,780.00 Task 4.1, Bidding Support Services $3,500.00 Task 4.2, Engineering Services $155,000.00 Task 4.3, Architectural Services $27,500.00 Task 4.4, Environmental Services $20,000.00 Task 4.5, Pre-Construction Clearing and Grubbing $14,000.00 Phase 2 Subtotal $571,890.00 Grand Total of Contract $838,985.00 END OF EXHIBIT "C" 12