Loading...
HomeMy WebLinkAbout10- Development Services ORIGINAL CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Subject: Resolution approving Amendment No. 4 to Agreement for Professional Dept: Development Services Services with Transtech Engineers, Inc. to provide Program Management Date: January 21, 2010 Services for Santa Fe Depot Parking Structure (GB04-19). MCC Date: March 1, 2010 Synopsis of Previous Council Action: 06/15/09 Adopted Resolution No. 2009-162 approving Amendment No. 3 to with Transtech Engineers, Inc. for program management services for the Santa Fe Depot Parking Structure Project(GB04-19). 09/15/08 Adopted Resolution No. 2008-369 approving Amendment No. 2 to Agreement with Transtech Engineers, Inc. for program management services for the Santa Fe Depot Parking Structure Project(GB04-19). 12/17/07 Adopted Resolution No. 2007-477 approving Amendment No. 1 to Agreement with Transtech Engineers, Inc. for program management services for the Santa Fe Depot Parking Structure Project (GB04-19). 11/07/05 Adopted Resolution No. 2005-370 approving Agreement with Transtech Engineers, Inc. for program management services for the Santa Fe Depot Parking Structure Project(GB04-19). Recommended Motion: /! Adopt Resolution. Valerie C. Ross Contact Person: Robert Eisenbeisz, City Engineer Phone: 5203 Staff Report, Reso, Supporting data attached: Exhibit"A"(Amendment) Ward: 1 FUNDING REQUIREMENTS: Amount: $1,015,810 (non-City funds) Source: (Acct. No) 242-362-5504-7576 Acct. Description: Santa Fe Depot Parking Structure(GB04-19) Finance: Agenda Item No. �sd o2410'39 3 -1- 2610 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution approving Amendment No. 4 to Agreement for Professional Services with Transtech Engineers, Inc. to provide Program Management Services for Santa Fe Depot Parking Structure (GB04-19). Backaround• On November 7, 2005, the Mayor and Common Council adopted Resolution No. 2005-370 approving an Agreement for Professional Services with Transtech Engineers, Inc. in the amount of$586,000 to provide program management services for the Santa Fe Depot Parking Structure (GB04-19). The original term of the Agreement was 3 years, making the expiration date November 7, 2008. On December 17, 2007, the Mayor and Common Council adopted Resolution No. 2007-477 approving amendment No. I to the Agreement for Professional Services with Transtech Engineers, Inc. increasing the contract amount by $10,225 for the purpose of designing the relocation of a waterline for the Santa Fe Depot Parking Structure Project. On September 15, 2008, the Mayor and Common Council adopted Resolution No. 2008-369 approving amendment No. 2 to the Agreement for Professional Services with Transtech Engineers, Inc. increasing the contract amount by $14,200 for the preparation and processing through Caltrans of an Air Quality Conformity Analysis (AQCA) and extending the term of the Agreement to June 30, 2009. On June 15, 2009, the Mayor and Common Council adopted Resolution No. 2009-162 approving amendment No. 3 to the Agreement for Professional Services with Transtech Engineers, Inc. extending the term of the Agreement to June 30, 2011. Special studies required by Caltrans caused substantial project delays, necessitating the need for an extension of the Agreement with Transtech. On April 29, 2009, Caltrans approved the Categorical Exclusion (CE) for the project. A Request for Authorization (RFA) to proceed with construction was submitted to Caltrans on April 30, 2009. Approval of the City's request is expected shortly and will include obligation of federal Congestion Management and Air Quality(CMAQ) funds. The project was advertised for bids on July 22, 2009 and sealed bids were received on December 15, 2009. Bomel Construction Company, Inc. was the lowest responsible bidder at a bid amount of$4,167,526. A contract was awarded to Bomel Construction Company, Inc. on February 16, 2010. Bomel Construction Company, Inc. should be able to start work in April of 2010 and be completed by April of 2011. Close out of the project may require as much as 6 months after completion of construction because of the requirement for a detailed Final Report in order to obtain reimbursement of the 10%retention held by Caltrans. 2 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT—Continued As the City's contract project manager for the Metrolink parking structure project, Transtech Engineers, Inc., has been responsible for managing all aspects of the project, including the preparation of funding and environmental documents, construction management, contract administration, and providing oversight and management of the design architect. During the development and processing of the various Federal required documents for the project, numerous delays were encountered due to changing regulations and submittal requirements as well as the requirement for additional studies. In order to accelerate the project, staff decided to separately bid the realignment of Viaduct Boulevard, a non-federal component of the project, while completing the parking structure environmental process. This portion of the project is now complete. In the meantime, Transtech Engineers, Inc. has notified the City that due to their extra work efforts to process the project documents, prepare the additional studies and develop two sets of plans, specifications and estimates resulting from the City splitting the project into two phases, insufficient funds will be available in their contract to complete all the remaining work. After considerable negotiations with staff, Transtech Engineers, Inc. submitted a letter proposal (see Attachment"A"to the Amendment) agreeing to an additional not-to-exceed fee of$405,385 for their remaining project management services of managing the construction of the parking garage. Financial Impact: The Metrolink parking structure project is funded entirely by external sources meaning no City funds are being used in the project. Project funding sources are as follows: Federal Congestion Mgmt&Air Quality(CMAQ) $ 7,138,860 SANBAG Private Rail Asset Funds $ 3,500,000 SANBAG Local Transit Funds (LTF) $ 924,915 Less LTF already paid by SANBAG $ (103, 230) Total Funds Available = $11,460,545 Below is a summary of the costs associated with Transtech Engineers, Inc., for project management services: a) Agreement for Services approved per Reso.No. 2005-370 . . . $ 586,000.00 b) Amendment No. I per Reso.No. 2007-477............... .... .. .. 10,225.00 c) Amendment No. 2 per Reso.No. 2008-369 . . . . . . . . . . .... .... . 14,200.20 d) Amendment No. 3 Per Reso. No. 2009-162 0.00 e) Amendment No. 4 (this Amendment) $ 405,385.00 Total not-to-exceed Amount . . . . . . . . . . . . .$ 1,015,810.20 Adequate funding is included in the FY 09/10 budget in Account No. 242-362-5504-7576 to cover the cost of this Amendment and all other costs necessary to complete the project. s i t I 3 j 1 i CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT—Continued Recommendation: Adopt Resolution. Attachments: 1 —Resolution 2—Exhibit"A"(Amendment#4) 3 —Attachment"A"(Consultant's Proposal) 4 1 RESOLUTION NO. COPY 2 RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING 3 AMENDMENT NO. 4 TO AGREEMENT FOR PROFESSIONAL SERVICES WITH TRANSTECH ENGINEERS, INC. TO PROVIDE PROGRAM MANAGEMENT 4 SERVICES FOR THE SANTA FE DEPOT PARKING STRUCTURE (GB04-19). 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 6 7 SECTION 1. That the City Manager is authorized to execute Amendment No. 4 to 8 Agreement for Professional Services with Transtech Engineers, Inc. to provide Program 9 Management Services for the Santa Fe Depot Parking Structure (GB04-19) (attached and 10 incorporated herein as Exhibit "A"). 11 SECTION 2. This Amendment No. 4 shall not take effect or become operative until 12 fully signed and executed by the parties and no party shall be obligated hereunder until the time 13 14 of such full execution. No oral agreements, amendments, modifications or waivers are intended 15 or authorized and shall not be implied from any act or course of conduct of any party. 16 SECTION 3. The authorization to execute this Agreement is rescinded if the parties to 17 the Agreement fail to execute it within sixty (60) days of passage of this resolution. 18 iu 19 20 21 22 23 24 25 26 27 28 3-/-i0 1 RESOLUTION ... APPROVING AMENDMENT NO. 4 TO AGREEMENT FOR 2 PROFESSIONAL SERVICES WITH TRANSTECH ENGINEERS, INC. TO PROVIDE PROGRAM MANAGEMENT SERVICES FOR THE SANTA FE DEPOT PARKING 3 STRUCTURE (GB04-19). 4 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 6 Common Council of the City of San Bernardino at a meeting thereof, held 7 on the day of , 2010, by the following vote, to wit: 8 Council Members: AYES NAYS ABSTAIN ABSENT 9 10 MARQUEZ 11 DESJARDINS 12 BRINKER 13 SHORETT 14 KELLEY 15 JOHNSON 16 MC CAMMACK 17 18 19 Rachel Clark, City Clerk 20 The foregoing resolution is hereby approved this day of , 2010. 21 22 Patrick J. Morris, Mayor 23 City of San Bernardino Approved as to form: 24 JAMES F. PENMAN, 25 City Attorney 26 27 By LWAJA 28 - 2 - Exhibit"A" - AMENDMENT NO. 4 TO AGREEMENT FOR SERVICES This Amendment No. 4 to Agreement for Program Management Services by and between the City of San Bernardino (Agency) and Transtech Engineers, Inc. (Consultant), is made and entered into effective as of the day of , 2010 by and between the Agency and the Consultant. WITNESSETH: A. WHEREAS, on November 7, 2005 the Mayor and Common Council of Agency adopted Resolution No. 2005-370 approving an Agreement for Services with Transtech Engineers, Inc. to provide program management services for the Santa Fe Depot Parking Structure (GB04-19); and, B. WHEREAS, on December 17, 2007 the Mayor and Common Council of Agency adopted Resolution No. 2007-477 approving Amendment No. 1 to Agreement for Services with Transtech Engineers, Inc. to provide program management services for the Santa Fe Depot Parking Structure(GB04-I9); and, C. WHEREAS, on September 15, 2008 the Mayor and Common Council of Agency adopted Resolution No. 2008-369 approving Amendment No. 2 to Agreement for Professional Services with Transtech Engineers, Inc. to provide program management services for the Santa Fe Depot Parking Structure (GB04-19); and, D. WHEREAS, on June 15, 2009 the Mayor and Common Council of Agency adopted Resolution No. 2009-162 approving Amendment No. 3 to Agreement for Professional Services with Transtech Engineers, Inc. to provide program management services for the Santa Fe Depot Parking Structure(GB04-19);and, E. WHEREAS, the Agency has a continuing need for the Consultant to provide Program Management Services for Santa Fe Depot Parking Structure (GB04-19) during construction of said structure; and, F. WHEREAS, said Agreement for Services, as amended, will terminate on June 30, 2011 unless extended as provided in said Agreement; and G. WHEREAS, Consultant has agreed to an Amendment to the original Agreement to compensate Consultant for additional, unanticipated work not included in the original Agreement, a copy of Consultant's letter and negotiated fee, being attached hereto as Attachment "A„ NOW THEREFORE, the parties hereto agree as follows: 1. Section 3 of said Agreement for Services is amended to expand the Scope of Services to include the changes identified in the Attachment "A", attached and incorporated herein by reference. Exhibit"A" Amendment No.4 to Agreement for Services—Transtech Engineers,Inc. Page 2 of 3 2. Section 5 of said Agreement for Services is amended to add the following: Over the term of this Agreement, Consultant shall be compensated as follows: a) Agreement for Services approved per Reso. No. 2005-370 . . . $ 586,000.00 b) Amendment No. 1 per Reso. No. 2007-477............... .... .. .. 10,225.00 c) Amendment No. 2 per Reso. No. 2008-369 . . . 14,200.20 d) Amendment No. 3 0.00 e) Amendment No. 4 (this Amendment) P 405,385.00 Total not-to-exceed Amount . . . . . . . . . . $ 1,015,810.20 3. All other terms and conditions of said Agreement for Services, Amendment No. 1, Amendment No. 2 and Amendment No. 3 approved by Resolution Nos. 2005-370, 2007-477, 2008-369 and 2009-162 shall remain unchanged. 2 Exhibit"A" Amendment No.4 to Agreement for Services—Transtech Engineers, Inc. Page 3 of 3 AMENDMENT NO. 4 TO AGREEMENT FOR SERVICES IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date shown below. TRANSTECH ENGINEERS, INC. Date: by: Signature Print Name/Title CITY OF SAN BERNARDINO ... Date: by: Charles E. McNeely, City Manager City of San Bernardino ATTEST: Rachel Clark, City Clerk Approved as to form: James F. Penman City Attorney �C 4 3 ATTACHMENT "A" --t January 21, 2010 TRANSTECh Mr. Robert G. Eisenbeisz, P.E. Development Services Department City Engineer City of San Bernardino 300 North "D" Street San Bernardino, CA 92418 Subject: Contract Amendment-Agreement for Services for the Metrolink Parking Structure at Santa Fe Depot by and between City of San Bernardino and Transtech Engineers, Inc. Dear Mr. Eisenbeisz, Transtech Engineering is pleased to present this outline of tasks and associated fees for the perpetuation of the Project Management Services for the San Bernardino Metrolink Parking Structure at the Santa Fe Depot. r-. Attached herewith is the list of tasks, taken primarily from the original RFP and contained within the current contract for services with the City, which will be required to perpetuate the current project and maintain the current work schedule. Following the remaining project tasks (scope of work) is the associated fee (Attachment 1). This fee is established by a contract cost-percentage algorithm. During the course of this project's processing and development of technical plans, specifications and estimates, there have been circumstances that have altered both the processing and timing of certain aspects of this project. In brief, they are as follows: • Environmental processing of documents, facilities, and technical studies. Per Attachment 1: Scope of Work of the executed Agreement for Services between Transtech and the City, the 10�' bullet delineates that the preparation of necessary documentation and submittals to obtain necessary approvals, including environmental (assumed to be a negative declaration without requiring any studies)... Caltrans did require technical cultural, air quality, and noise studies for this project as a result of erroneous, inaccurate information provided to Caltrans in similar technical studies in relation to adjacent projects. These technical study requirements resulted in regular meetings with Caltrans, SANBAG, and the City to facilitate and coordinate the expeditious review and approval of this documentation for project professionals and administration. • Study and design of off-site public improvements (Viaduct Boulevard & 12-inch water main). • Phasing of PS&E package into two (2) separate design packages having of construction operations into two (2) separate construction activities referred to herein as Phase 1 and Phase 2. • Field changes that have occurred on adjacent properties. The development and preparation of two PS&E packages with the additional boundary conditions associated with the additional phasing significantly increased the design and preparation of the PS&E packages. Take the Precise Grading plan for example, there exists boundary conditions to the north, south, east, and west of the project that must function in the existing condition, throughout the construction process, and in the post construction completed condition. Separating the one project into two phases does not add a straight line down the middle of the design. The boundary conditions change to the north, south, east, and west boundaries of the infrastructure work to be completed in Phase 1 including existing and proposed utilities, streets, and parking lots. Again, in Phase 2, the boundary conditions change to the north, south, east, and west boundaries of the Phase 2 work including existing and proposed utilities, streets, and parking lots. Instead of preconstruction, construction, and post construction constraints, now the engineers must contend with Phase I preconstruction, construction, and post construction and Phase 2 preconstruction, construction, and post construction constraints. Our staff is currently managing 2 projects. This `phasing' is a departure from what was originally anticipated. This phasing is allowing for certain improvements to be constructed in advance of the parking structure itself. Each phase or project requires either in total or a significant amount of the scope of services listed in Attachment 1. In consideration of the project management timeline associated with the fee for the program, project, and construction management, the original Agreement for Services included a 36 month schedule which commenced on November 10 , 2005. The construction of the parking structure has 270 working days allocated (approximately 1 year) and is expected to commence in March, 2010. Incorporating any dispute resolution, project closeout, and final State and Federal compliance requirements and documentation, Transtech may be maintaining this project through December,•2011. This extended activity has more than doubled the timeline proposed in the executed Agreement for Services (36 months to over 72 months). Phase I, the construction of the Realignment of Viaduct Boulevard between 2nd Street and 3rd Street, has been completed. Phase 2 incorporates the construction of the parking structure itself, adjacent landscaping, and parking. This phase of work has completed plans, specifications, and estimates. The parking structure bids have been received and are scheduled to go to Council. Construction is anticipated to commence in March, 2010. This schedule is subject to Caltrans and SANBAG policies and procedures. The extension of the contract for services expired in June of 2009, and all funds allocated in the original Agreement for Services have been expended and invoiced to the City for reasons stated herein and others related to the activities mentioned and described. Transtech is now providing the City with a cost to perpetuate the project. In our proposed fee breakdown, we have incorporated the contract amount and the amendment amount requested to 423 MacKay Drive I San Bernardino CA 92408 1 T 909 384 7464 I F 909 384 7475 I Transtech.org perpetuate the Construction Management portion of the parking structure, Federal Fund Management, and a portion of the required Specialty Inspections. The Specialty Inspections are considered to be highly technical and require the services of geotechnical soils engineers, concrete testing, rebar, steel, and post tensioning inspections. These specialty testing and inspections will require additional fee's to be allocated from the overall construction budget. Currently there are bids that have been collected from various consulting firms for the purpose of these specialty inspections. Services rendered by this discipline are field control and vary due to soils conditions, compaction testing, weather conditions, and other factors. As such, services provided are performed at a Time & Material (T&M) basis, which will result in additional costs for this purpose only. If desired, the City may wish to contract for these specialty inspections directly from their list of pre-qualified firms. In closing, we appreciate the opportunity to provide your Department and the City with our estimate of scope and fees for the perpetuation of this project. We have developed a close working relationship with each of the entities involved with this undertaking. In addition, we have acquired knowledge of the project site conditions, technical drawings and other related circumstances that will prove useful in managing this project and working with each of the project contractors and subcontractors. We 1pok forward to completing a successful project and welcome any further questions or requests for information regarding this matter. Very truly yours, y/ourQs, �1- _ / Michael Ackerman, PE, Project Manager Transtech Engineering, Inc. DEM/ma cc: David E. Mlynarski, Principal, Transtech, Inc. 413 MacKay Drive I San Bernardino CA 92408 1 T 909 384 7464 1 F 909 384 7475 1 Transtech.org ATTACHMENT 1 : FEE Estimated Task and Labor Breakdown Original Amount Construction Management Services Amount Requested Amended for the San Bernardino Metrolink plus Contract Parking Structure Amend. #1 Ame#4ment Total I. Federal Fund Obligation and Project $1,000 $0 $1,000 Authorization: II. Selection of Design Architect $20,000 $0 $20,000 III. PSBE $100,000 $50,000 $150,000 IV. Bidding and Advertisement (City) $15,000 $0 $15,000 V. Construction Management: $200,000 $159,755 $359,755 VI. Federal Fund Management: $50,000 $0 $50,000 Overall Project Management and $150,000 $119,816 $269,816 Administration Specialty Inspection (Geotechnical, Concrete, and Steel), Environmental $50,000 $39,939 $89,939 Studies, Constr. Survey Verification Amendment 1 - Res. 2007-477 $10,225 $0 $10,225 Amendment 2 - Res. 2008-369 $14,200 $0 $14,200 CPI Adjustment $58.237 $58,237 Total $610,425 $427,7471 $1,038,172 Deductions Bidding and Advertisement ($15,000) ($15,000) 5% Economy Reduction ($7,362) ($7,362) Total $610,425 $405,385 $1,015,810 413MacKay Drive I San Bernardino CA92408 I T9093847464 I F9093847475 I Transtech.org