Loading...
HomeMy WebLinkAboutGHD, Inc. 2010-02-09; Amendment 8 2015-06-17Cott CITY OF UKIAH AMENDMENT NO. 8 TO AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES _D TED 1i En 2Q c 4-0bekckty TERMS AND CONDITIONS All terms and conditions of the Agreement for Professional Consulting Services dated February 9, 2010 shall remain in force and effect except as modified by this first amendment. AUTHORIZATION Upon execution of this amendment, service provider is authorized to provide the service described under the Scope of Additional Work identified in this Amendment No. 8. SCOPE OF ADDITIONAL WORK Work authorized by this amendment shall include that work described in the April 2, 2015 Proposal for Professional Engineering Services: Supplemental Design Services for the Redwood Business Park Transportation Improvements and Talmage Interchange Projects, Ukiah, CA.. A copy of said proposal is included in this first amendment at Attachment #1. COMPENSATION Compensation for the performance of the additional work shall be in accordance with Attachment 2. Expenses shall not exceed a maximum total cost of $85,254 GHD, INC. BY: ALEX CULICK Principal D E CITY OF UKIAH BY: 5,� GE S GIACOMO City Manager DATE April 2, 2015 Tim Eriksen Public Works Director / City Engineer City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 ATTACHMENT #1 3/ y-- /59 RE: Proposal for Professional Engineering Services: Supplemental Design Services for the Redwood Business Park Transportation Improvements and Talmage Interchange Projects, Ukiah, CA Dear Mr. Eriksen: GHD is pleased to provide this proposal for professional engineering services for additional design and Caltrans coordination on the above referenced project. This proposal is based on our recent discussions regarding revisions to the proposed Hastings Avenue improvements, and our recent meeting with Caltrans regarding the proposed Talmage Interchange improvements. Project Background Understanding This proposal is provided with the following project background. Hastings Avenue Design Revisions Hastings Avenue is an important secondary access to the Redwood Business Park providing connectivity between Airport Park Boulevard and South State Street. Improvements to Hastings Avenue include widening and realignment of the roadway to accommodate a new left tum lane, curb and gutter, and sidewalk on the north side of the street. These improvements are needed to improve existing traffic conditions and facilitate existing traffic conditions and anticipated increases in traffic on the Hastings Avenue / Washington Street corridor associated with planned commercial developments in the Redwood Business Park, as well as regional growth. Encroachment on to the Ukiah Municipal Airport property to the south is not feasible due to FAA regulatory requirements. The proposed revision to the alignment maintains improvements within the existing right -of -way adjacent to the residence and outside Airport property. However, insufficient right -of -way exists on Hastings Avenue to accommodate all of the proposed improvements, and a narrow area encroaches on to the private property to the north. The widening requires the City to acquire a small amount of additional right -of -way on the north side of the street. The estimated additional right -of -way needed is approximately 4 -feet wide and 200 -feet long. Recent discussions between the City and the property owner on the corner of Hastings Avenue and South State Street regarding the project's right -of -way needs indicate the property owner is willing to negotiate to provide the needed right -of -way. Additional services associated with this element of the project are revisions to the plans, profiles, cross sections and details for the realignment of Hastings Avenue, and revisions to the plat and legal description for the additional right -of -way, and field measurements and staking from the existing fence of the approximate area of right -of -way needed. It is assumed that the City will obtain property appraisal services. Redwood Business Park Transportation Improvements Cost Estimate Update The design of the Redwood Business Park Transportation Improvements Project was completed in March 2014 with the submittal of the final plans, specifications and estimate to the City to solicit public bids. GHD Inc. 2235 Mercury Way Suite 150 Santa Rosa CA 95407 USA T 1 707 523 1010 F 1 707 527 8679 E santarosaaghd com W www ghd com Implementation of these planned improvements is required as part of the Costco project approval to facilitate the flow of traffic in the Redwood Business Park area and to accommodate regional growth. Since completion of this design, construction costs have escalated and continue to escalate, and an update of the engineer's opinion of probable construction cost is recommended so the City has an up -to- date estimate of the anticipated project construction cost for budgeting purposes. Talmage Interchange Improvements The planning and design of improvements to the U.S. 101 southbound on- and off-ramps at Talmage Road has been ongoing since November 2012. These improvements are located entirely within the State right -of -way, and the design has been developed in coordination with Caltrans. Implementation of these improvements is required as part of the Costco project approval to facilitate the safe and efficient flow of traffic in the Redwood Business Park area and to accommodate planned regional growth. Since the planning and design of these improvements began Caltrans has transferred the State's internal design oversight of the project to four different Caltrans project managers and several different internal design, right -of -way and environmental review teams. The most recent change in Caltrans oversight occurred during the summer of 2014 at the time the 95% plans, specifications and estimate were submitted to Caltrans and the City for review. These changes in oversight have resulted in an increase in the amount of time and effort required to coordinate with the various Caltrans oversight groups and have resulted in delayed design reviews and inconsistencies in Caltrans' review comments. Comments on the 95% plans and specifications were received from Caltrans in December 2014. A design review meeting was held at the City of Ukiah Public Works Department on March 3, 2015 with parties from the City of Ukiah, Caltrans District 1 and GHD present. The meeting was very positive and productive and fairly clear direction was provided by Caltrans regarding items to be addressed in the next design submittal. Based on the outcome of the meeting and progress and coordination to date, we anticipated two more design submittals will be required to finalize the plans, specifications and estimate for public bidding, to dedicate existing City right -of -way to the State associated with the improvements, and obtain an encroachment permit for construction. The anticipated area the project will disturb is greater than 1 acre, therefore the project is required to obtain coverage under the General Permit for Discharges of Storm Water Associated with Construction Activity Construction (General Permit Order 2009 - 0009 -DWQ). Construction activity subject to this permit includes clearing, grading and disturbances to the ground such as stockpiling. The Construction General Permit requires the development and implementation of a Storm Water Pollution Prevention Plan (SWPPP). Talmage Interchange DEIR Additional Analysis & Comment Responses The City and its attorneys have reviewed the responses to comments initially prepared by GHD and revised by GHD under review by Leonard Charles & Associates, and have requested some additional analysis of traffic volumes and the ability of the project to accommodate traffic generated from the Costco project. They have also requested additional revisions to the responses prepared by GHD and reviewed by Leonard Charles & Associates. These proposed efforts are based on our phone conference with the City, Leonard Charles & Associates and the City's attorneys on April 1, 2015 as well as project email correspondence. The next section summarizes the proposed scope of services to complete the design and prepare for the solicitation of public bids. Scope of Services The professional civil and traffic engineering scope of services includes the following tasks: 1. Project Management: City, Caltrans and design team coordination, including meetings and conference calls. 1.1. Coordination with the design team, City and Caltrans (1 meeting, 4 conference calls). 1.2. QA Reviews of all project deliverables. 1.3. Budget tracking and project invoices. 2. Hastings Avenue Design Revisions: Revise the Hastings Avenue plan, profile and cross section design to accommodate a planned minor encroachment on to the private property to the north. 2.1. Revise plan, profile, cross sections and details. 2.2. Field locate additional right -of -way, and prepare legal description and plat for the additional right - of -way. 3. Redwood Business Park Cost Update: Prepare an update of the opinion of probable construction cost for the project. 4. Talmage Interchange Revised 95% PS &E: Prepare revised 95% design plans, special provisions and opinion of probable construction cost addressing comments from Caltran on the 95% PS &E submittal. 4.1. Update 95% Plans, profiles, sections, details and schedules. 4.2. Update 95% Special provisions. 4.3. Update 95% Opinion of Probable Construction Cost. 4.4. Perform QA Review. 4.5. Design review meeting with City and Caltrans. 5. Talmage Interchange 100% PS &E 5.1. Prepare 100% Plans, profiles, sections, details and schedules. 5.2. Prepare 100% Special provisions. 5.3. Prepare 100% Opinion of Probable Construction Cost. 5.4. Perform QA Review. 5.5. Final design review meeting with City and Caltrans. 5.6. Prepare Final Bid Documents and Opinion of Probable Construction Cost. 6. Prepare Talmage Interchange SWPPP: Prepare a SWPPP document for the project complying with the State Construction General Stormwater Permit and submit SWPPP to the SMARTS website. 6.1. GHD (State of California Qualified SWPPP Developer) will prepare a site specific risk assessment to determine risk level for the Storm Water Pollution Prevention Plan (SWPPP). The risk level is a function of the erosive potential of the soil and receiving water body risk during periods of soil exposure. Risk level 2 will require sampling of stormwater for pH and sediment, and significantly more effort than a Risk level 1 site. Risk level 3 sites may require bioassesment studies of the receiving water body, and active stormwater treatment systems. This project is most likely a Risk level 2. 6.2. GHD will prepare the SWPPP document as required for the calculated risk level. The SWPPP will include site maps and water pollution control drawings, a Construction Site Visual Monitoring Program, a Sampling and Analysis Plan for non - visible pollutants, a Sampling and Analysis Plan for pH and sediment, a Construction Site Non Visible Pollutant Sampling Program, selection of appropriate BMPs for Erosion and Sediment Control and for Construction Site Management, and preparation of a partial water pollution control schedule (WPCS). The WPCS will need to be finalized by Legally Responsible Person (LRP) or contractor following bid acceptance. 6.3. Other required documentation will be provided partially complete, such as the Rain Event Action Plan (REAP), site inspection forms, and contractor or material suppliers notification forms. This documentation would be finalized by either the contractor or LRP following project bid. The project SWPPP will include certifications for GHD's SWPPP Developer. 6.4. GHD will provide Notice of Intent (NOI) information suitable for use by the LRP to initiate the waste discharge permit process using the States Storm Water Multiple Application and Report Tracking System (SMARTS). GHD will also provide assistance to the LRP during the initial use of the SMARTS system via phone or email. 7. Additional Volume and Traffic Analysis for Talmage EIR 7.1. GHD will perform additional analysis of traffic volumes for the traffic analysis including incorporating the Costco project trips from the Costco EIR Traffic Study in the analysis. Updated LOS calculations and queuing analysis for the triple left alternative and the "Ca!trans" alternative will be performed for the existing and cumulative conditions with the Costco project trips. 8. Revise Responses to Public Comments and City /Attorney Comments on Talmage EIR 8.1. GHD will review and update the responses to public comments and comments from the City and its attorneys. GHD will update the DEIR transportation chapter in responses to public comments, as required. GHD will update the Traffic Impact Study in responses to public comments, as required. All designs will be prepared under the direction of a California Licensed Civil Engineer. Traffic signals will be designed under the direction of a California Licensed Traffic Engineer. Deliverables 1. Revised Redwood Business Park Transportation Improvements Project final plans, specifications and opinion of probable construction cost (deliverable per original agreement, electronic copies of all documents). 2. Revised Talmage Interchange 95% plans, special provisions and opinion of probable construction cost (12 full -size hard copies, electronic copies of all documents). 3. Talmage Interchange 100% plans, special provisions and opinion of probable construction cost (12 full -size hard copies, electronic copies of all documents). 4. Talmage Interchange Final plans, special provisions and opinion of probable construction cost (1 full -size hard Mylar copy, electronic copies of all documents). 5. CD drawings, calculations, technical specifications and opinion of probable construction cost. 6. Talmage SWPPP document and all supporting documents (3 hard copies, 1 electronic copy on CD). 7. Monthly Invoices. Information provided by City and Stakeholders 1. Access to all documentation related to the project and surrounding areas potentially affected by the project. 2. Reviews of all design deliverables with written comments. General Assumptions /Exclusions This proposal is based on the following assumptions: 1. Meetings other than indicated are not required. 2. Sampling and analysis of hazardous materials is excluded, but can be provided for a negotiated fee. 3. All fees for permits and applications required for project improvements are excluded. 4. Proposed efforts on Talmage EIR are for continued assistance to respond to public comments and City and attorney comments as budget allows. 5. Talmage EIR efforts exceeding the number of budgeted hours can be provided on a time - and- materials basis or by negotiated fee. 6. GHD accept no liability or responsibility for any unauthorized use of our work. 7. Project SWPPP to conform to the Construction General Permit (Water Quality Order 2009 - 0009 -DWQ) requirements effective July 1, 2010. a. The proposed project site is larger than the 1.0 acre criteria requiring a waste discharge permit and associated SWPPP. b. It is assumed that initial SWPPP filing will be by the Legally Responsible Person (LRP) for the City of Ukiah. It is further assumed that the City will require the Contractor to be responsible for all other SWPPP elements, excepting LRP responsibilities. c. Filing of the Notice of Intent (NOI), Notice of Termination (NOT), annual report, Permit Required Documents (PRD), and other SWPPP related document to the State StormWater Multiple Application and Report Tracking System (SMARTS) system is not included. d. Some SWPPP items will not be completed due to incomplete information. The LRP, or contractor, will need to complete portions of the SWPPP once a bid has been accepted and the contractor and other responsible parties have been identified. e. GHD will provide the SWPPP document with all supporting documents in electronic format. f. Qualified SWPPP Developer (QSD) oversight of the project during construction is not included. g. Permit fees are not included. Engineering Fee GHD is pleased to propose a time - and - materials fee not to exceed $85,254 without written authorization from the City per the attached fee estimate (Attachment 1). Services not included in this proposal can be provided on a time - and - materials basis per the attached GHD Standard Fee Schedule (Attachment 2) or by a negotiated fee. We are available to begin immediately upon acceptance of this proposal receipt of an executed contract amendment. We propose to work efficiently to meet the City's and other stakeholder's expectations and schedule goal for this project. We welcome the opportunity to continue to work with the City of Ukiah and the project stakeholders on this important project, and look forward to contributing to its success. Should you have any questions, please do not hesitate to contact me. Sincerely, GHD Inc. Matt Kennedy, PE, TE Project Manager Attachments: 1. GHD Fee Estimate 2. Standard Fee Schedule polg Project Name: Prepared by: Job Number: Attachment 1 GHD - PROJECT FEE ESTIMATING SHEET Redwood Business Park / Talmage Interchange Matt Kennedy 849007818410035 /8410930 Client: City of Ukiah Date: April 2, 2015 41"015 'OTHER DIRECT COSTS include telephone. mileage, pnn mg, photocopies and other miscellaneous direct expenses Page 1 LABOR COSTS FEE COMPUTATION Task / Item LABOR CATEGORY > RATE > PD 5220 IHr Job Mgr. 5195 !Hr Civil Eng. 5160 /Hr Sr. Traff Eng. 5195 /Hr Traff Eng. 5145 IHr Sr Proj. ' Scientist 5140 IHr CAD Designer 5115 /Hr WP $95 /Hr PA 595 /Hr TOTAL HOURS *OTHER DIRECT COSTS Sub- con - sultant(s) TOTAL FEE _ TASK - 1.0 Project Managememt 1 1 Coordination. Meetings and Conference Calls 2 40 8 2 52 5312 510,022 1 2 QA Reviews 1 1 $6 $226 1 3 Management & Budget 2 2 $12 $402 SUBTOTAL TASK 1.0 3 42 8 0 0 0 0 0 2 55 5330 50 510,650 TASK- 2.0 Hastings Ave Design Revisions 2 1 Revise Plans Profiles Sections 1 16 32 32 81 $486 $12,626 2 2 Prepare Legal Descnptions and Plats 1 1 2 $12 $1,702 $2,004 SUBTOTAL TASK 2.0_ 1 17_ 32_ 0 0 0 32 0 1 83 $498 51,702 514,630 TASK- 3.0 Redwood Business Park Cost Update 3 1 Revise Cost Estimate 1 4 4 9 $54 $1,694 SUBTOTAL TASK 3.0 1 4 4 0 0 0 0 0 0 9 554 50 51,694 TASK- 4.0 Talmage Interchange Revised 95% PS &E 4 1 Plans 8 40 40 88 $528 $13,088 4 2 Special Provisions 8 4 1 13 $78 52,373 4.3 Opinion of Probable Cost 8 4 12 $72 $2,272 4 4 QA Review 3 3 $18 5678 4 5 Review Meeting with City and Caltrans 4 2 6 $36 $1,006 SUBTOTAL TASK 4.0 3 28 48 0 0 0 40 1 2 122 5732 50 $19,417 TASK- 5.0 Talamage Interchange 100% PS &E 5.1 Plans 8 32 32 72 $432 510,792 5 2 Special Provisions 6 2 1 9 554 51,639 5 3 Opinion of Probable Cost 6 4 10 $60 51,870 5.4 QA Review 3 3 518 $678 5.5 Review Meeting with City and Caltrans 4 1 5 $30 $905 5.6 Final Bid Docs and Estimate 2 4 16 24 4 50 $1.075 57,995 SUBTOTAL TASK 5.0 5 28 54 0 0 0 56 1 5 149 $1,669 50 523,879 TASK- 6.0 Prepare Talmage Interchange SWPPP 6.1 Prepare SWPPP 1 24 4 29 $174 54,694 SUBTOTAL TASK 6.0 1 0 24_ 0 0 0 4 0 0 29 5174 50 54,694 TASK - 7.0 Additional Traffic Analysis (EIR) 7 1 LOS Analysis 1 8 16 1 26 5156 $4,326 7 2 Traffic Volume Analysis 1 8 9 $54 $1,809 SUBTOTAL TASK 7.0 0 2 0 16 16 0 0 0 1_ 35 5210 $0 56,135 TASK- 8.0 Additional Comment Responses (EIR) 8.1 Respond to Comments 1 8 2 14 25 $150 $4.155 SUBTOTAL TASK 8.0 0 1 0 8 2 14 0 0 0 25 $150 50 54,155 PROJECT TOTALS 13 120 146 8 2 14 128 2 10 443 $3,817 $1,702 $85,254 41"015 'OTHER DIRECT COSTS include telephone. mileage, pnn mg, photocopies and other miscellaneous direct expenses Page 1 Attachment 2 US WEST FEE SCHEDULE (Effective July 2014) Hourly Rates Principal Professional $205 - 270 Senior Professional $160 - 205 Professional $ 90 - 160 Principal Technical Officer $140 - 170 Senior Technical Officer $115 - 140 Technical Officer / Drafting $ 75 - 115 Senior Administrative Officer $125 - 180 Administrative Officer $ 70 - 125 Senior Service Group Support $125 - 180 Service Group Support $ 70 - 125 Construction Manager $210 - 230 Senior Site Engineer $125 - 180 Site Engineer $ 85 - 125 Senior Inspector $125 - 180 Inspector $ 85 - 125 Survey $ 60 - 180 Employee time will be billed in accordance with the fees listed above. These rates are subject to change on a semi - annual basis. For other than professional employees, time spent over 8 hours per day, times spend on swing shifts, and time spent on Saturdays will be charged at 1.5 times the hourly billing rate. Work on Sundays will be charged at 2.0 times the hourly billing rate and holiday work will be charged at 2.5 times the hourly billing rate. All field personnel charges are portal to portal. Professional employees will not be charged out a premium charge rates for overtime work. Expenses and other similar project related costs are billed out at cost plus 15 %. The cost of using equipment and specialized supplies is billed on the basis of employee hours dedicated to projects. Our rates are: Office Consumables Environmental Dept/Construction Inspection consumables Survey Field consumables Various Environmental, Construction and Land Survey Equipment $ 6.00 /hr $11.00 /hr $15.00 /hr At market Payment for work and expenses is due and payable upon receipt of our invoice. Amounts unpaid thirty (30) days after the issue date of our invoice shall be assess a service charge of one and one half (1.5) percent per month. ( *) These rates do not apply to forensic - related services, or to work for which Prevailing Wage obligations exist. It is the responsibility of the client to notify GHD Inc. in writing if Prevailing Wage obligations are applicable, in which case the fees will be adjusted proportionate to the increase in labor costs.