Loading...
2008/05/13 City Council Resolution 2008-68RESOLUTION NO. 2008-68 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK AUTHORIZING AND APPROVING TASK ORDER NO. 2008-03 WITH COASTLAND CIVIL ENGINEERING FOR ENGINEERING DESIGN SERVICES FOR THE LANCASTER DRIVE REHABILITATION PROJECT, CITY PROJECT NO. 2007-14 WHEREAS; the City desires to obtain engineering services for the design of the 2008 Lancaster Drive Rehabilitation Project No. 2007 -14; WHEREAS, Council approved a Master Agreement with Coastland Civil Engineering through Resolution No. 2007 -169 adopted by Council on October 9, 2007, to provide construction management and design services on an as- needed basis; and WHEREAS, Coastland Civil Engineering submitted a proposal to provide Scoping Study Services and Design Services for the Lancaster Drive Rehabilitation project and is qualified to perform such services. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve Task Order No. 2008 -03 by and between Coastland Civil Engineering, a California corporation, and the City of Rohnert Park, a municipal corporation, for engineering design services for the 2008 Lancaster Drive Rehabilitation Project for a not -to- exceed cost of $87,930. BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed to execute this Task Order in substantially similar form to the attached Task Order for and on behalf of the City of Rohnert Park and execute any other document or instrument and take any additional action, including approval of an extension to the Time of Performance of the work set forth in the Task Order, that does not change the intent of the Task Order or require the expenditure of City funds as may be necessary to carry out the purpose of the Task Order. DULY AND REGULARLY ADOPTED this 13th day of May, 2008. ATTEST: CITY OF ROHNERT PARK Mayor BREEZE: AYE SMITH: AYE STAFFORD: AYE VIDAK- MARTINEZ: ABSTAIN MACKENZIE: AYE AYES: (4) NOES: (0) ABSENT: (0) ABSTAIN: (1) COASTLAND CIVIL ENGINEERING TASK ORDER NO. 2008-03 CITY OF ROHNERT PARK AND COASTLAND CIVIL ENGINEERING AUTHORIZATION TO PROVIDE ENGINEERING DESIGN SERVICES FOR THE 2008 LANCASTER DRIVE REHABILITATION PROJECT NO. 2007 -14 SECTION 1— PURPOSE The purpose of this Task Order is to authorize and direct Coastland Civil Engineering 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 Coastland Civil Engineering ( "Consultant ") hereto dated October 15, 2007. 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 $87,930. SECTION 4 — TIME OF PERFORMANCE The work described in SECTION 2 shall be completed by January 31, 2009, 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 May, 2008. CITY OF ROHNERT PARK Stephen R. Donley, City Manager (Date) Per Resolution No. 2008- adopted by the City Council at its meeting of May 13, 2008. COASTLAND CIVIL ENGINEERS Scott Reynolds, Vice - President (Date) ATUG'Ht NT 've f 10 01 ' ' 41 The City of Rohnert Park is proposing to rehabilitate approximately*one mile of Lancaster Street, a major collector, from the City limits south to the cul -de -sac. The City will be applying for 1 B funding to assist with the costs associated with rehabilitating the road. The street was originally constructed in 1972 and rehabilitated with an overlay in 1989. The condition of the street varies along its length. Based on our field review,. the southern section appears to be structurally sound with only a few cracks, but the surface is raveling- and in very poor condition. The mid and northerly. sections appear to degrade rapidly as you head north. Growing alligator cracks and failed subgrade areas plague the mid section and it is difficult to find large areas that are structurally sound in the north area. We also noticed the existing curb and gutter is in fair condition along its length and `would only need replacing in specific areas to-accommodate the roadway rehabilitation improvements. Based on recent recommendations from the City's pavement management data, the. road section may include 4 different repair methods. The repair methods are listed as slurry seal, thin and thick overlays and reconstruction. As noted in the scope of services below,. this data will be used only as an aid in. determining the actual repair method. The City has asked that our services be separated into two phases including a Scoping Study Phase and a Design and PS &E Phase. The scope of services provided below identifies the tasks we propose for each of these phases. In an effort to provide the City with a comprehensive Scoping Study, we believe it would be valuable to obtain a second .opinion on our recommended repair methods from a third party. We propose to team with Kleinfelder who will work with us on identifying the preferred rehabilitation methods for the various road sections. They will also provide recommendations on the design of the reconstruction section with a focus on the weak subgrade. In addition, we will collaborate with them and the City on various construction methods that can be used to preserve the weak subgrade during construction. We have extensive experience working with the City of Santa Rosa on roadway reconstruction projects which have similar subgrade qualities and Kleinfelder has similar experience with other jurisdictions in the area, including the County of Sonoma. We believe together we can provide the City with a quality project that meets the City's expectations and concerns regarding the subgrade conditions. As requested, all pedestrian ramps within the project area. will be fitted with detectable warning surfaces and all sewer manhole grade rings and frame and.covers will be replaced. In addition, we will include bicycle striping and signage along the length of the repaired roadway. We believe the surface repairs, including overlays and seals can. be designed on City base maps. This will reduce costs associated with survey efforts. For surface repairs, all pertinent information on striping, typical cross sections, conforms, sewer manhole improvements and other surface utilities will be clearly shown on the base maps. The reconstruction section, however, will require topographic data. to assure proper grades and existing conforms are met. To complete the survey we will be teaming with Cinquini & Passarino. COASTLAND i CTTY OF RomERT PARK . SCOPE OF SERVICES Phase [ — Scopin - Study TASK Z - MEETINGS WITH CITY REPRESENTATIVES We propose to meet with City staff to discuss project details, establish goals, review the project schedule and coordinate efforts. Included will be a meeting for project kick -off. TASK 2. - BACKGROUND INFORMATION We will assemble all of the available City information pertaining to the project including as -built drawings, benchmark information, utility information, base maps and any additional pertinent information for the project. As mentioned above, we will use the City Base Maps or aerial maps as our background for all paving improvements except for reconstruction areas. We will also obtain pavement management data and. past soil reports within the project area. This data will assist us in determining what pavement repair measures may be necessary. Lastly, we will take digital photos of the site and observe existing conditions in the field so we will be able to identify any unusual or special condition that may affect the project design or construction. During our field review we will also review the pavement to identify potential digout repair areas, overlay conform locations and utility manholes or boxes that will need to be adjusted to grade. TASK 3 EVALUATION OF PAVEMENT REPAIR OPTIONS Once we have compiled all the-.available background data, including field review findings we will meet with Kleinfelder to discuss paving repair alternatives. All possible options will be considered, including the following: ➢ Conventional (HMAC) pavement deep lift sections and overlays ➢ Rubberized asphalt concrete (RAC) overlays ➢ Rubberized asphalt concrete (RAG) seals ➢ Alternative reconstruction methods (in -place recycling, mill & fill, etc.) Use of pavement reinforcing fabrics and crack sealants ➢ Locations and treatments of failed pavement sections (base repairs) ➢ Full -width and wedge grinding requirements (based on existing cross slope) ➢ Surface seal treatments Design alternatives will include an evaluation of the design service life. A service life of 20 years will be the goal for structural repair areas. The goal for surface treatments includes a 10 to 15 year service life. New pavement structural sections, where appropriate, will be developed using the design methods in Caltrans Highway Design Manual. Kleinfelder will assist in designing appropriate roadway repair sections; including reconstruction sections. Recommended repair methods will be identified for the entire length of roadway. Mapping will be prepared to illustrate the approximate limits of each of the repair sections. A typical repair detail will be provided for each repair section. Construction cost estimates will be prepared for each roadway repair section. If more than one repair alternative is found to be viable for a section, an estimate will be prepared for each alternative. COASTLAND 2 CITY OF ROHNERT PARK TASK 4 - SCOPING STUDY REPORT, Following the evaluation of pavement repair options, we will prepare a .Scoping Study Report. The report will then summarize recommendations, which at a minimum, will include the following: ➢ Description of analysis performed for the project including mapping illustrating repair cross sections and limits ➢ Recommended alternatives for pavement rehabilitation including cost comparisons ➢ . Recommendations for rehabilitation of any excessive pavement damage, defects, poor sub -base, and/or steep cross slopes ➢ Preliminary. construction cost estimates based on overall pavement design recommendations Under this task we- propose to meet with the City and Kleinfelder to review the report and associated findings. Phase -11 '- Design and RS &E Based. on the City's direction following the ' scoping study report meeting, we will proceed with designing and preparing PS &E documents for the preferred alternatives. Please note that in an effort to provide. the City with .a comprehensive design proposal, the following scope of services assumes the preferred alternatives will be similar to the City's pavement management condition survey as provided by e-mail from the City on March 7, 2008. Based on this data, the reconstruction limits will be between Liman Street and the City Limits. 'If the reconstruction area -is found to deviate from these limits we will notify the City and provide a revised scope and fee as necessary. TASK 1- .COORDINATION WITH UTILITY COMPANIES AND REGIONAL BOARD COORDINATION We propose to coordinate with outside utility companies to ensure that all existing facilities, both underground and overhead, are identified accurately during the design phase. This task will include Writing letters to PG &E,.AT &T and Comcast informing them of the project and requesting .their facility drawings: In an effort to accurately locate utilities on the design drawings, we will also request that they field locate their facilities. We will also request that the City mark out storm drain, sewer and water facilities. Our goal will be to identify all utilities that will be impacted by construction and who is responsible for relocating'. Under this task we will prepare submittal packages to each of the utility companies so they can verify the accuracy of their facilities and the need for relocation. We will also coordinate our efforts with the Regional Water Quality Control Board to find if the area of work is within a contaminated zone. We will provide the City with the Boards findings. if the Board finds that the site has a potential to be contaminated, we will review the results with the City. Due to the minor underground work associated with this project (reconstruction and sewer manhole work), it is unlikely contaminated soil will require additional effort. If additional effort is found to be necessary we would be happy to provide the City with a scope and fee to provide such services for consideration. COASTLAND 3 CITY OF ROHNERT PARK TASK 2 - SURVEYING Cinquini and Passarino (C &P) will be. preparing the topographic survey for the reconstruction repair :work associated with this project. Under this task we have included time to coordinate with C &P and to develop background design drawings-from the survey files. TASK 3 - 50% SUBMITTAL Following obtaining City base maps or aerial mapping, .utility coordination and topographic survey we will begin preparing the 50% submittal. While the survey is being prepared we will focus our efforts on roadway- sections requiring surface treatments such as overlays and slurry seals. As mentioned, this design will be illustrated on City base maps, which are assumed to be available in ACAD format. The base maps will be developed into design drawings which will clearly illustrate limits of pavement repair, type of repair,'striping, bicycle signage, location of detectable warning-surfaces, sewer manhole.riser replacements, utilities to be raised to grade, curb replacement areas and other items necessary for pavement repair. Upon.completion'of the topographic survey for the reconstruction area, we will develop background data and prepare design drawings. Conform areas will be identified and necessary cross slopes will be illustrated. We will attempt to achieve a 2% cross slope on al{ reconstructed roadways. Under this task we will also coordinate with Kleinfelder on possible construction methods to allow reconstruction of the roadway while not impacting the subgrade. With our combined experience in repairing roads.with weak subgrade materials, we believe we'can provide the City with a specification that will mitigate concerns and issues during construction. We-wiil also work with the City under this task to confirm all necessary 1 B funding requirements are provided in the specifications. The submittal will include outline specifications, 3 sets of preliminary plans and a preliminary estimate of probable. construction costs. TASK 4 - 70% SUBMITTAL We propose to meet with the City to review the 50% design comments. Following the review of the 50% submittal, we will prepare a 70% submittal including 3 sets of full size plans, 3 copies of draft technical specifications and 3 copies of the engineer's estimate. The submittal will address all comments on the 50% submittal.. The 70% design will include all typical roadway repair structural sections and all necessary details. Also for the reconstruction section this submittal will include roadway sections at every 25 feet as well as all finish grade elevations. TASK 5 - 90% SUBMITTAL Again, we propose to meet with the City to review the 70% design comments. Following this review we will prepare the 900/6 submittal. The project design will essentially be complete for this submittal. All comments from the 70% submittal review will be addressed. We will also address all relevant items in the City's Exhibit D "Design Consultant Requirements ". COASTLAND 4 CITY of RoE NERT PARK Included in the submittal will be 3 sets of plans, 2 copies of the specifications and 2 copies of the engineer's estimate. TASK 6 -FINAL SUBwrTAL Following the 90% review meeting with the City, we. will prepare final.bid documents, including stamped and signed mylar drawings and camera ready technical specifications with a stamped.and signed cover. An electronic copy of the drawings and specifications will also be provided. TASK '7 - BID, CONTRACT AND CONSTRUCTION ASSISTANCE Under this task we will provide services on all relevant items outlined in'the City's Exhibit D "Design Consultant Requirements ". Exceptions to Scope of Services The following work is not included in our proposal. However, Coastland would be pleased to provide these services.if the City desires: • Environmentalassistance /soil contamination. ■ Geotechnical evaluation. ■ Right -of -way determination or preparation of associated documents: ■ Public participation effort. Construction assistance beyond those services mentioned above (excludes Design During Construction Assistance) • Meetings beyond those noted above. • Council presentations or other staff presentations. Coordinating with more than one City Department. Project Schedule We understand the City will be awarding the project in early "May. Following award the City would like the scoping study to be complete by June 30, 2008 and the final PS &E delivered by January 31, 2009. We will focus our efforts and work with the City to meet these desired completion goals. COASTLAND 6 CITY OF ROHNERT PARK i F O F A co �! F mod' O U N w a� � � x N, 0 b S S 0 0 o f-� V 6�9 49 69 69 6M9 NNE V3 00 69 669 (!} {A U 'V N RV6 O N N N tN7 'r A U •rt 00 qr WH H � G CD 69 0 � h.• W L+ w O Q oD 00 N N N N %. -45 G a W � � H I T •��. �� � N N N N N N .V a w 69 a a a d y h o 10i CL n Ci l7i Q G cc0 U ? QI w O O w 7a 0 �. 19 3 C q p T p� G> C -8 v W ccbA e3n a'i a�i > c% �• aQi a°�i rn .. m U R, a W a w' A A O i F O F A co �! F mod' O U 1-1-i a a W 0 F 10 In O 00 O � � N oo' K y A R A N n c� :o ..., ... .., A .N� N 000 p p •-- co M N r? sa O a0 ifi t+ �O v3 O sv O ss o O� N O O� O� sj v� M 1' .--• O s9 6s fq 69 109, O oNO N O N O V' O0 0 V1 7 It 0 .�y. 0 00 N pp 0o O 7 tt V .�. .y �...� ,.y N M h0 c6 y� O N ,N.., � V• W U A � A W CZ, ' Mpp N 00 M .N-. 00 N N W O N 7 0o N � W .+ w • •O � O N C 69 'Q Y+•1 00 It It 0o V V N • 6�~9 v1 W t-. a � 00 b st st N N N N o0 h .w . ai -.. � v '� 3 •o p � cc a°"i � o ns d c`yydi W a W b a 0" 0 i0 f3. cc 'd E p. Q m 3 3 g 3 d 3 a> .Ct i o o y y v; p vs •� a ti yoo a a o � u`3 � A a � a a o :E .� .�a a .� "> .� � t! � ,a � ;� .� ,; a S f� a r � ' a U a w r v, p p v� �? ' Nr v� r- Ul I q 1-1-i a a W 0 F 10 In O . ATTACl1ME1]T :irBv . Coa .Ilawl s current.Schedute of Houdy Rates is below. It is our understanding that the exact Scopes of Work and associated fees WWII-be determined upon assignment of proiects_ This fee schedule includes each position classification .required, and all reimbuisabte fees and expenses. SCHEDULE OF- -OUi2L RASES July 01,2007 through June 30, 2008 PR0FESSI(3NAL SERVICES .Principal Engineer- $1,55- 175/hour Supervising Engineer. $130- 145/hour Senior .Engineer $100- 1351hour Associate Engineer $90 -110 /hour Assistant Engineer $75 -95 /hour Junior Engineer, $7 0- 851hour Principal-Designer r $90- 130/hour Engineering Assistart $90-1 15/hour Senior Engineering Technician $80- 951hour. Engineering Technician $70 85/hour Engineering Aide $50- 70/hour Resident Engineer $100- 140/hour -Construction Manager $100.1351hour Construction inspector*.. $85- 110/hour 1301ding Offidal $110- 135/hour Building Plan Check Engineer $100- 135/hour Building-Inspector $80- 95/hour 'Plans Examiner $85 -1 101hour Building Technician $65 80/hour 2 -Man Survey Crew $180- 200/hour CLERICAL VEHICLE $50- 7$50-70/hour MILEAGE $10- 14/hour OUTSIDE SERVICES $0 - 60 /mite MATERIALS Cost t 15% Cost f 15% Computer time is included in the hourly rates used above. Consultation in connection with litigation and court appearances wits be quoted separately. Additional billing cfassifrcations may be added to the above are created: fisting during the year as new positions Includes services sub-pct to prevailing wage rates.