Loading...
2012/07/24 City Council Resolution 2012-83RESOLUTION NO. 2012-83 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK AUTHORIZING AND APPROVING A TASK ORDER FOR THE ADRIAN SEWER AND WATER REHABILITATION PROJECT NO. 2012-04 WITH BRELJE AND RACE FOR DESIGN REVIEW AND VALUE ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES WHEREAS, on April 12, 2012, staff issued a Request For Proposals ( "RFP ") for the Adrian Sewer and Water Rehabilitation Project No. 2012 -04 ( "Project ") to identify a qualified consultant that can assist the City with the design review and value engineering and construction management of the project (the "Project "); WHEREAS, the City received ten proposals on May 29, 2012; and WHEREAS, the City project team chose Brelje and Race for an award of contract due to their (1) quality of team and ability to staff the Project, (2) experience and expertise in this particular type of work, and (3) understanding of the Project as demonstrated in the selection process. WHEREAS, the City Council, via Resolution No. 2011 -13, approved a Master Agreement with Brelje and Race on February 22, 2011; NOW, THEREFORE BE IT RESOLVED that the City Council of the City of Rohnert Park authorizes and approves a Task Order by and between Brelje and Race, a California corporation, and the City of Rohnert Park, a municipal corporation, for design review and value engineering and construction management and related services for the Adrian Sewer and Water Rehabilitation Project No. 2012 -04, for a not -to- exceed cost of $226,530.00. BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed to execute this agreement in substantially similar form as shown in Exhibit A, as approved by the City Attorney, on behalf of the City of Rohnert Park. DULY AND REGULARLY ADOPTED this date of July 24, 2012. ATTEST: Irf, - ,c`/ V � �i J,.An� Si City Clerk Mayor v14N Z,4 AHANOTU:(_ BELFORTE: CALLINAN: STAFFORD: A-�q. MMACKENZIE: AYES: NOES: ( 0 ) ABSENT: ([ ) ABSTAIN: ( 0 ) Exhibit "A" BRELJE & RACE TASK ORDER NO. 2011 -06 CITY OF ROHNERT PARK AND BRELJE & RACE AUTHORIZATION FOR DESIGN REVIEW /VALUE ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES FOR ADRIAN SEWER AND WATER REHABILITATION, PROJECT NO. 2012 -04 SECTION 1— PURPOSE The purpose of this Task Order is to authorize and direct BRELJE & RACE to proceed with the work specified in Section 2 below in accordance with the provisions of the MASTER AGREEMENT between the City of Rohnert Park ( "City ") and BRELJE & RACE ( "Consultant ") dated February 25, 2011. SECTION 2 — SCOPE OF WORK The items authorized by this Task Order are presented in Attachment "A" - Scope of Services. SECTION 3 — COMPENSATION AND PAYMENT Compensation shall be as provided in the MASTER AGREEMENT between the parties hereto referenced in SECTION 1 above. The total cost for services as set forth in SECTION 2 shall be actual costs (time and materials) based on Consultants' standard labor charges in accordance with the provisions of the MASTER AGREEMENT and as shown in Attachment "B" for an amount not -to- exceed $226,530.00. SECTION 4 — TIME OF PERFORMANCE The work described in SECTION 2 shall be completed by December 31, 2013, or as extended by the City Manager. SECTION 5 — ITEMS AND CONDITIONS All items and conditions contained in the MASTER AGREEMENT for professional services between City and Consultant are incorporated by reference. Approved this day of , 2012. CITY OF ROHNERT PARK Gabriel A. Gonzalez, City Manager (Date) Per Resolution No. 2012- adopted by the Rohnert Park City Council at its meeting of July 24, 2012. BRELJE & RACE By: Name and Title BRELJE & RACE By: Name and Title (Date) (Date) Attachment "A" Page I of 7 Proposal, for Engineering Services City ol'Rohnert Park Ath-h n Sewer awl lYiter Rehabilitation The City of Rohnert'Park (City) desires to rehabilitate the sever and water facilities along. \drian Drive. Brelje. & Race's role as the design review and value engineering consultant will be to check the work of the design engineer and provide recommendations for improvements to the design to lower costs, provide a better product and avoid construction claims. Design Review and Value Engineering Task 1.01 Review of Preliminary Design Memorandum .A review of the preliminary design memorandumn will be conducted focused on the following: During the review of the preliminary design memorandum I3relje & Race would conduct a general field reconnaissance. The reconnaissance will provide an awareness of any special circumstance that 11-lay influence the. project. intent, potential construction litnitations and circumstances that may have significant project cost influences. After review and analysis our findings will be summarized in a project memorandum. A meeting will be held to review I3relje & Race's comments with the City and design engineer. An agenda for the meeting and follow -up meeting minutes will be provided. Task 1.02 Review of 60% Design Submittal Design drawings will be reviewed for limits of utili"I replacement, alignments of piping, type of pipe rehabilitation; profile information; sewer manhole riser replacements, delineation of sewer lateral replacements and locations where sewer laterals are to be lowered. The drawings will also be reviewed to determine if pavement repair locations are delineated and if they are compliant with City Standard trench details. Breljc & Race will conduct a field review of the proposed alignment and compare the topographic information included on the drawings to the existing field conditions. Conflicts between existing utilities and those that are proposed in the design will be determined. Allowable pipe separation standards defined by State Public Health will be checked against separations shown on the plans and verified in the field. Cons tructability issues will be addressed. Brelje & Race will perform a cross check to determine if, for what is shown on the drawings, there is a corresponding specification section to address the planned improvement. We will compare the specification scope and completeness to those that have been commonly used for other successful sewer and water replacement projects. Page 9 Bret) e eft 1R.-ace . ..,:,:.— .,..:..�,..— .�..z. nn�ss n� -:,, ..,a:.,.,.... ,-. . v�Ms.._.. _..,:.. e..,... .zc.ar_ ,,.. s :. �.....,.::_:;•.y...eca�, :�y+,I.._., .,. , -...._ .e..W. COINSWING CIVIL ENGINEERS Attachment "A" Page 2 Attachment 7 Proposal far Engineering Services City of Robnert Park Adrian Seiner and 11 at r Rehabilitation Brelje & Race will review the cost estimate: to determine if all items of work shown on the drawings are included in the cost itemization. Unit: costs will be compared to recent bid tabulations for like projects. 4N critical look will be taken to determine if items that will be the contractor's indirect project costs are included in the preliminary cost estimate. 3.relic & Race will compare the 60% subrittal documents to the pre- design memorandum to determine if all the stated information in the rnerno, as well as the comments, included in the design review memorandum have been incorporated or crthcn-vise addressed. Inquiry regarding the status of all. necessary permits will be made. A 60% review memorandum will be completed and distributed to the City and the design engineer. .t1 follow -up review meeting will be held between the design engineer, City and Brelje & Race to discuss and reconcile the review comments. Brelje and Race will establish the agenda for the meeting and provide written minutes. Task 1.03 Review of 90% Design Submittal Design drawings at the 90% .level will be reviewed for notes and details, ambiguities, conflicts, constructabi.l.ity, compliance with the City's "Design Consultants Requirements" and biiability. Project specifications will be checked for accuracy of bid quantities, bid item descriptions, specification thoroughness, appropriateness of material selections and testing methods and requirements. The contract documents will be reviewed for their conformance to City Standards and with accepted standards of professional and technical practices with respect to appropriateness of the design for its intended use, completeness of the plans and specifications and their suitability for bidding and construction. The construction cost estimate will be reexamined and compared to the 60% submittal to male certain that items that have been added to the project are included in the 90% estimate..An update on permit status will be requested. ik review memorandum will be completed and distributed to the City and the design engineer:. A follow -up review mecting will be held between Brelje & Race, the design engineer and City to discuss and reconcile the review cornrnents. Brelje and Race will. establish the agenda for the meeting and provide written minutes. Task 1.04 Final Submittal Review A check of the final submittal to determine if ail comments for the 90% review have been incorporated in the documents will be completed, r1 memorandum confirming bid readiness will. be issued. Page 10 rel* e & .Race Attachment "A" 1'rnp Page 3 of 7 rual /i�r l;irgircecring Srt•t�iccs City of Rohuert Parle Adrian Sewer and Mater Rehabilitation Construction Management Brelje & Race's work during the construction phase of the project will consist of a cornpt-chensiVe rantyc. of services to provide the Cite with the highest level of assurance that the project is being conducted in a manner that is safe, minimizes neighborhood complaints and scr6ce inteistiptiot results in a properly performing finished product conforming to the construction contnact documents, and minimizes the Citv's exposure to risk and cost overruns. This comprehensive range of services is understood to include the four general categories of Contract Administration, Construction Management, Field Inspection and Geotechnical (observation and Testing. Included within the RFP was a 20 -point )listing of construction phase services desired by the City. We consider this list to be hell- conceived, covering all of the above listed general categories, and as such, have included it below as the basis for our Work Plan. Comments have been inserted beneath some of the service tasks where merited, and a few items (numbered 21 through 23) have been added to the end of the list to more completely convey our understanding of a full - service approach to construction management. Task 2.01 Pre - Construction Meeting Conduct the pre- construction meeting, which will include the City, the design engineer, contractor, and major subcontractors. Prepare agenda and m.inutcs for the pre - construction meeting. The preconstruction meeting shall. include a discussion of all items which might Jeopardize funding for the project. Our approach to o?ganizing pre - construction meetings is intended to result in all parties to the project being appropriately represented. Discussions during the meeting will establish a clear understanding of communication protocols and each party's responsihilities for the duration of the project. Task 2.02 Project Meetings Conduct and document progress meetings and other special technical meetings. Prepare agenda describing key- issues, schedule status, potential change orders. Prepare minutes of the weekhr meetings. For this project, weekly progress meetings may most effectively take place in field, with in-office meetings scheduled at less frequent intervals and when unforeseen circumstances warrant. Task 2.03 Schedule Management Review contractor's as- planned schedule for conformance with the specifications and for reasonableness of activity duration and sequence. Coordinate review continents by the City and the design engineer and transmit review comments to the contractor:. Meet with the contractor to discuss and clarify any significant issues. Review revised schedules as Page 11 refi e & Race (W Attachment "A" Proposal for 1'ngineering Services Page 4 of 7 City of'Rohnert Park. Adrian Server and Water Rehabilitation required. Review work progress as compared to the as- }.Manned schedule and notify contractor of schedule slippage. zknalyze schedule to deterin.ine impact of the weather and change orders on the construction schedule. Review contractor's updates of the construction schedule which incorporates actual progress, \weather delays, and change order impacts. Bred e & Race feels it is important to require the Contractor to produce a weekly 3-week "look - ahead " schedule as a means to keep the overall project schedule current. Task 2.04 Maintain Project Records Maintain project records including submittals log, daily logs, inspection reports, compliance testing results, photos, measurement of quantities, schedules and correspondence. Task 2.05 Prepare Monthly Reports Prepare and submit to the City a monthly progress report including construction progress Summary, construction cash flow and pa yments, and summarl, logs for proposed change orders (1?C<Ts) and change orders. It is ourpractice to begin preparing the next monthly report as soon as theprevious one is complete. This ensures that f equently produced records are incorporated in a timely and accurate manner. Task 2.06 Review Monthly Progress Payments Evaluate the monthly progress payment requests from the Contractor, negotiate differences over payment, and recommend payment to the City. At the beginning of the project, Bre#e e, Race will review the Contractor's .Initial Gost Breakdown for accuracy; which is then used to establish the firm of Progress Payment Requests. We also establish rt standard day of the month by which the Contractor is required to submit progress payment request to our construction manager. We work with both the City and contractor to establish a date that is mutually agreeable to all parties with the goal of dovetailing the review and finalizing of progress payment requests tvith the City's normal accounts payable process. Task 2.07 Requests for Information (RFIs) and Requests for Clarifications (RFCs) Coordinate and manage the RI,I and RFC evaluation and response process. This includes log, transmit to the design engineer for response, coordinate with design engineer on field status, track progress, review response, and transmit response to contractor, Task 2.08 Potential Change Orders (PCOs) and Change Orders Coordinate and manage the change orders process, including log, review in conjunction with design engineer and City, assist with determination of changed conditions and scope definition as needed, assist with negotiation, and incorporate change orders .into the construction contract. It is vital that PC;O, Change Orders and rorice Account work are evaluated, negotiated, tracked and finalized in such manners that result in prompt and accurate determination of the costs involved Task 2,09 Coordinate Submittal and Shop Drawing Review Process Coordinate and manage the submittal /shop drawing review process. This work includes log, transmit to design engineer for response, coordinate with design engineer on field status, track progress, review response, and transmit response to contractor. Task 2.10 Permits Compliance Monitor Contractor compliance with construction permits and CEQA mitigation measures. Coordinate with design engineer for compliance. Recommend course of action to City if required. measures are not being met by the Contractor. Page 12 reli a Nsuu rocD cNCc:e Attachment "A" Proposal fim Errgirnrcrirrg Scrtices Page 5 of 7 City of 'Rohnert Park Adrian Seater and biter Rehabilitation Task 2.11 Monitor Construction Record Drawings Nionito.r construction record drawings maintained by t:hc Contractor and inspector on a regular basis. Task 2.12 Claims Management :Analyze potential claims for additional compensation that are submitted during the construction period and make recommendations to resolve them. Perform claims administration, including coordination and monitoring clamis response preparation, logging claims, and tracking claims status. Task 2.13 Field Inspection Provide construction .inspection to monitor the Contractor's work for compliance with the contract documents. Task 2.14 Photograph or Video Documentation Prepare a video or photo documentation of initial site conditions prior to Contractor's commencement of construction. Provide additional photos of construction progress. Construction progress photos will carry elate stamps fir easy cross - reference with daily inspection reports. Task 2.15 Field Changes Document field changes to the Drawings and Specifications. Task 2.16 Inspection Reports Prepare and review Daily Inspection Reports. Bre ie & Race utilizes standardized in- hoarse developed forms for Daily Inspection Reports and Weekly Working Days Statements to aid efficient recordkeeping. Task 2.17 Geotechnical Observation: Brelje & Race will subcontract with RGH, Inc. for geotechnica.l observation and testing and materials testing services. Task 2.18 Substantial Completion and Punch List Schedule with City and the design engineer, conduct substantial completion inspections and issue punch lists. Task 2.19 Project Documents Provide the City with a complete set of all records of the project, .indexed and properly filed, and a listing of warranties provided under the project including the items covered and the warranty duration. Brel e d- Race will prepare Record Drawings for the project if requested by the City. Options for transfer of as- built information to a permanent record for the City include inking on the original rnylar drawings, electronically markingpdf's of the original drawings or simplypreparing a set of frrsh redline plans that consolidates field set mark-ups. Task 2.20 Notice of Completion Prepare the final pay estimate and balance change orders, prepare the Notice of Completion, and coordinate retention release. Task 2.21 Worksite Safety and Liability Awareness Brelje & Race has an Injury and Illness Prevention Program in place that, in part, establishes clear, procedures for maintaining awareness of the risks and liabilities associated with worksite safehr practices. ,although the Contractor is solely responsible for Worksite and worker safety, our field personnel are trained to recognize imminent and flagrant threats to life or safety and, consistent with normal standard professional care, will promptly notify the Contractor and the City when such conditions are recognized. Page 13 Breli e & Race (W Attachment "A" Prolmsal fiar F.7igirreeri7ig ,5ir•vices Page 6 of 7 City of'Robnert Park Adrian Seurer and Witer Rehabilitation Task 2.22 Water Sampling for Bacteriological Clearance 13relje & Race will perform or observe water satnpling; for bacteriological clearance following; installation and disinfection of water d.istribtition piping. Task 2.23 Public Outreach and Communications Initial notifications to locally affected homes and btisinesses shall be prepared and delivered by l3relje & Race. All notifications shall receive review and approval. by City Staff prior to delivery. late will also ensure that Contractor provides required public notifications of construction activity. l3relje & Race will act as the primary contact for the public durii:ig; construction, maintain a log of complaints including; the name and address of the person complaining, date and nature of complaint, date the Contractor was notified and the action taken (with elate) to resolve the complaint. Page 14 Brelle & Dace CONSULi1NG CIVIL ENGINEERS Attachment "A" Proposal for Engineering Services Page 7 of 7 o I'Rohnert Park Adrian Sewer and Water Rehabilitation SCHEDULE The request for proposals indicates that ,in anticipated work schedule for the project be pro'ildc(l by the consultant. With respect to the Design Reiiew/Viluc.f.,,ngiiiecring part of the project, the schedule, for. this work will be highly dependent upon the schedule under which the selected Design Consultant will be proceeding. Understanding that submittal of final bid documents is targeted for February 1, 2013, we are prepared to fully support any Schedule that is developed for completion of the various design phase submittals. We propose to establish and con-in-,it to meeting goal of taki.tig no more than one (1) week for clesi g i concept review and two (2) weeks to complete all tasks designated for each incremental Design Review effort — 60% and 90% - including all coordination and meetings with City stiff and the Design F-'Ingineer. The Final Submittal review will be accomplished in 3 days or fewer. For the Construction Management portion, we anticipate that these activities would begin approximately 10 to 12 weeks following the initial advertisement for bids for the project, which allows for receipt of bids, evaluation and ' award, contract, insurance and bond processing and issuance of a notice to proceed. With a due date of February 1, 2013 for final bid documents and an assumed 150 working day allowance for construction, we would therefore anticipate project completion by .November 30, 2013. Page 1.5 Brefie & TIN Rxa-ce NSUIG CIVIL ENGINEERS Attachment "B" Proposal fin F'nirteer ixg Siavrices Page 1 of 4 City of liohnert 1'.rrlr A.1riana Seiner and bluer Rebabilitrttion _rEE INFORMATION RATE'. SCI IFDUI.E The following details Breljc & Race's 2012 fee schedule For each position classification. required to provide the services described in the proposal and all reIrnbursable fees and expenses. please note this fee schedule was effective 'March 1, 2012. PROFESSIONAL SERVICES Senior Principal .............................................. S175.00 /hour Associate Principal .................. ........................$140.00 /hour Associate ............... .........................105.00 to 130.00 /hour Senior Engineer ..... .........................120.00 to 130.00 /hour Engineer ................ .........................100.00 to 120.00 /hour EngineeringUchnician ....................85.00 to 100.00 /hour Senior Planner ....... .........................100.00 to 130.00 /hour Planner ................... ..........................85.00 to 1.00.00 /hour Senior Surveyor ...... ........................110.00 to 120.00 /hour Surveyor ................. ........................100.00 to I_10.00 /hour Survey Technician .. ..........................85.00 to I00.00 /hour CAD Technician .............................. to 100.00 /hour Construction'rechnician ..................85.00 to 100.00 /hour EXPERT WITNESS & MEDIATION SERVICES ................$300.00 /hour FIELD SURVEYING One -man Party ............................. ..................$150.00 /hOLlr (Including Survey Equipment & Vehicle) `Rvo -man Party ............................................... (Including Survey Equipment & Vehicle) Three -man Party ... ............. ........................$260.00 /hour (Including Survey Equipment & Vehicle) TYPING AND CLERICAL...... . ... _.. _ ............................... . ......: . .$65.00/hour OUTSIDE C ONSULTANTS ....................... ...........................Cost + 5% OUTSIDE REPRODUCTION/ PLOTTING ... ...........................Cost + 5% Our rn;ineer:r rurd irtfpecttrrt tarn rlijfirult projecls into sarnus .rtoriee. Note Ilourly rates are inclusive of nearly all expenses. Brelje & Race does not charge separately for expenses that are traditionally recouped from the Client as "reimburseable ", such as mileage, surveying materials, copies of recorded documents, and in -house reproduction and computer eclulpnlent costs. Page 16 Brefie tit Race NSllUING CPAL ENGINEERS Attachment "B" Page 2 of 4 Proposal, for Eugineering Services City o /'Rolmert Park Adruau Seaver <and Water Rehabilitation COST ASSUMPTIONS AND 11MITATIONS Construction Management The budgeting for construction ianagement services 1S Sig111fiC',t1ltlV illfltlencf d by the time allowed In the. contract for the contractor to complete the. work. Definition o£ the time allowed for completion for this project will be influenced by two prunary decisions that will be made during the design phase of the project — whether or not t.rench.less technologies (e.g. lining will be utilized for some or all of the sewer rehabilitation work and the approach taken with respect to the pavement rehabilitation (trench patch, overlay or, full reconstruct). And as indicated in the RIT, potentially splitting; the project into two separate projects or extending; across two seasons wrnikl affect: construction management services costs. .1 "o.r construction management budgeting purposes Brelle and Race has assumed that, based Upon prior experience with si.nli.lar projects, 150 working days will. be allowed to complete construction. Since the City is targeting; February 1, 2013 for submittal of final bid doctlnlents, it would appear that project construction could be accomplished during; summer /fall seasons of 2013, with completion approximately end of November. Of the 150 working days allowed for completion, we have assumed that, a field inspector would need to be oII -site for 120 full days and 20 half -days. The remaining 10 days would be dedicated to mobilization, shop drawing; approvals and project close -out activities, which require little, if ally, field tune. With respect to geotechnical subconsultant involvement, we have included the following range of services and assumptions in our budget: All of the above assumptions are subject to alteration and negotiation following completion of the improvement plans and specifications. Brelje & Race will be glad to work with the City of Rohnert Parr to develop the most cost - effective range of field inspection coverage that will ensure that the project is constructed in conformance with the contract documents. Page I% Dre NS+N6JLX0 e (W Attachment "B" Page 3 of 4 Proposal Iv' r 13ugi�reerizzg .Servr'res City of Bohn rt Park Adrian Server and Writer Rehabilitation DESIGN REVIEW - VALUE ENGINEERING 'I'ASK, WORK HOUR AND COST TABULATION ADRIAN DRIVE SEWER AND WATER REHABILITATION CITY OF ROHNERT PARK Page 18 relie & Race .� ...ecensuumc ciwL eNCiraeerIs Attachment "B" Page 4 of 4 Awposalfir Engineering Services (W City of Rohnerl.11-irle Adriizu Sewer and Water Rehabilitation CONSTRUCTION MANAGEMENT TASK, WORK HOUR AND COST TABULXI'lON ADRIAN DRIVE SEWER AND WATER REHABILITATION CITY OF ROHNERT PARK Page 19 & D-C Brefie lxq e NSULTING OWL ENGINEERS