Loading...
HomeMy WebLinkAbout06-10-2014 B1 LOVR Interchange Project Update FROM: Daryl R. Grigsby, Public Works Director Prepared By: Tim Bochum, Deputy Public Works Director Kyle Rowland, Engineering Inspector SUBJECT: LOS OSOS VALLEY ROAD/US 101 INTERCHANGE IMPROVEMENTS PROJECT UPDATE, SPECIFICATION NO. 99821 RECOMMENDATIONS 1. Approve the project plans and specifications, and the revised project budget for the Los Osos Valley Road/US 101 Interchange Improvements Project, Specification No. 99821. 2. Authorize the advertisement of the project pending issuance of the Federal authorization form E-76. 3. Approve a contract amendment with Dokken Engineering (Encumbrance No. 40908) in the amount of $228,860 to perform construction engineering (design support services) during the construction phase of the Los Osos Valley Road/101 interchange project, Specification No. 99821. 4. Direct staff to return by October in order to: a. Award of contract with the lowest responsible bidder following a selection process conforming to the Caltrans Local Assistance Procedures Manual. b. Provide debt financing recommendations up to $7.5 million (estimated) in project funding to pay the City’s remaining portion of the Los Osos Valley Road/US 101 Interchange Improvements Project costs, Specification No. 99821. c. Apprise Council of any necessary impact fee program modifications that may be needed to fund project costs. 5. Receive and file information about a proposal for reimbursements from available Traffic Impact Fee cash balances to the General Fund equal to the full debt service cost in 2014-15 but no less than one-half of the annual debt service expense for future years which is proposed as part of the 2013-15 Financial Plan Supplement. REPORT-IN-BRIEF This item presents information and recommendations to move the US 101/ Los Osos Valley Road (LOVR) Interchange project to construction. It recommends Council approval of the bid package for the project and to solicit bids for the project once State requirements for grant funding award have been obtained. The report discusses project funding and budget issues and sets the stage to return to Council by October 2014 for consideration of any final bid award, final debt financing approval and recommendations for revisions to the City’s impact fee programs, if necessary to address funding for the project. Lastly, the report foreshadows recommendations that will come June 10, 2014 B1 B1 - 1 Los Osos Valley Road/US 101 Interchange Improvements Project Update Page 2 forward in the 2013-15 Financial Plan Supplement regarding repayment for debt service costs that will be secured by the General Fund but reimbursed by the Traffic Impact Fee accounts. DISCUSSION Background The City of San Luis Obispo has reached a major milestone in the completion of the US 101/LOVR Interchange project – the Plans and Specifications (PS&E) for the project are now complete and have been approved by Caltrans. This PS&E package has now been forwarded to the California Transportation Commission (CTC) for approval at its June 25th meeting. At that meeting, the CTC will appropriate the $16,000,000 State Transportation Improvement Program (STIP) grant previously approved by SLOCOG for this project. This authorization to proceed sets the start date for reimbursable work on the project. In addition, the City’s bid package for the project is complete and ready to advertise. The City can proceed with advertising after CTC approval on June 25th, and issuance of the Federal E-76 Form, (Authorization to Proceed). The E-76 is generally issued 1-2 weeks following CTC approval. The City and Caltrans have been working to design and construct the Los Osos Valley Road / US 101 interchange project for many years . It is a very complex project due to its location next to the confluence of San Luis Obispo (SLO) and Prefumo Creeks, and due to the geometrically unique intersection of the freeway and LOVR. Project Highlights The project will correct operational deficiencies and improve safety at the southern entry to the City at LOVR by widening LOVR to four lanes between the recently constructed Calle Joaquin intersection and South Higuera Street. To accomplish this, a new two-lane bridge structure will be constructed south of, and adjacent to, the existing overcrossing. The existing bridge will carry the westbound traffic and the new bridge will carry eastbound traffic. An adjacent bridge crossing of San Luis Obispo Creek will be widened to accommodate the four travel lanes. The project will also include minimum 6-foot wide sidewalks over the freeway, 6.5-foot wide bike lanes, and will improve the on and off-ramps. Sidewalks across the SLO Creek Bridge will be widened to allow additional area for pedestrians and bicyclists accessing the Bob Jones Trail and future integration with the Trail segment south of LOVR. The City is the project sponsor, with the California Department of Transportation (Caltrans) serving in an oversight role since they are stewards of the State Highway System . All necessary property acquisitions have been secured. Project Management Services In January 2014, the City entered into an agreement for Project Manager (PM) services with Southstar Engineering. The PM has assisted the City with final plans and specifications review, and project permitting. The PM also assisted with the development of the Request for Proposals (RFP) for the Construction Management service discussed below. In addition, they will have a key role in processing the project through advertising and awarding phases. During the construction phase, the PM is responsible for keeping the City appraised of all activities on site, identifying potential B1 - 2 Los Osos Valley Road/US 101 Interchange Improvements Project Update Page 3 problems and solutions, and providing direct oversight of the construction inspection staff. They will also maintain public outreach and information. Construction Management Services Due to the size and complexity of the project, Council authorized the advertisement for Construction Management (CM) services at their April 1, 2014 meeting. The CM role in the project will be the day-to-day inspection, materials testing, coordination with Caltrans and contractor staff, and completion of required paperwork for the project. More specifically, some of these required services will include: utility coordination, structure inspection, surveying, public outreach, environmental monitoring, and material inspection and testing. The City, in coordination with Caltrans, is currently evaluating submitted proposals for these services and expects to enter into contract with a qualified firm in July in order to be ready for construction to begin later this year. Project Outreach The project will impact local and regional traffic circulation in this busy area of the city. Consequently, staff has been working with the PM and Caltrans to develop a significant public outreach effort as part of the project. A website for the project has been developed (www.LOVR101.org) for status updates and project information so that the public can get real time information on the project including road closures. In addition, a notification database has been created so that individuals and businesses can subscribe to notices that will be sent out by the CM firm and contractor. The PM along with Staff are currently analyzing the use of social media such as Facebook and Twitter for better public access to project information and noticing. The PM firm will be taking lead on most public contact during the project including complaints and project inquiries. Construction Engineering– Dokken Contract Amendment As part of project construction, the design engineering firm – Dokken Engineering – will continue with additional construction engineering services. In that capacity, Dokken will assist the CM and PM firms with interpretation of the plan set, resolve construction inconsistencies, respond to contractor requests for information or change order requests, project redesigns (if necessary) and As-built submittals. These services are not part of the design services contract with Dokken. Staff has worked with Dokken to prepare a scope of work and cost estimate for these services through the end of construction in an amount not to exceed $229,000. Staff recommends Council authorize amending these costs into the Dokken contract. Expenditures for these services will not occur until construction commences later this year, and will only be used on an as needed basis. Project Plans and Specifications The project plans, specifications, and estimates (PS&E) were developed by the City’s consultant design firm Dokken Engineering. This 100% PS&E package was submitted to Caltrans in May 2014 with anticipated approval by headquarters in June 2014. The CTC is expected to vote on the $16,000,000 in grant funding at their June 25, 2014 meeting. Approval of this funding request will release the E-76 - Authorization to Proceed from the Federal Highway Administration. Construction advertisement can begin after issuance of the E-76. B1 - 3 Los Osos Valley Road/US 101 Interchange Improvements Project Update Page 4 FISCAL IMPACT Improvements to the US 101/LOVR interchange have been in the planning and developmental stages for at least twenty years. Phased improvements have been constructed with City oversight by prior development. The first two phases of this three-phase project included the Calle Joaquin relocation done by Costco, miscellaneous improvements done by the Irish Hills Development, and prior sidewalk and bridge work. This third phase of improvements has been delayed while the City obtained full State funding equal to $16,000,000 to help deliver the required interchange improvements. With completion of the plans, specification and permit process the City now has a fully refined engineer’s estimate on costs necessary to complete the project. This refined engineer’s estimate notes the project will cost $24,124,300 from this point to completion. Highlights of this amount include: a) $17,986,302 for the interchange construction work, landscaping and environmental mitigation b) $1,840,000 in contingency c) $250,000 bond origination fee (this fee may ultimately be included in the bond repayment amount – yet to be determined). d) $4,048,500 for PM, CM and construction engineering services of which $859,500 has already been allocated by previous Council. As noted above, the total construction project cost from this point forward is $24,124,300. Based upon prior Council actions, the total amount needed to move forward for FY 2014-15 is $23,338,808. This includes $74,000 of reimbursement to the General Fund for prior Right of Way assistance. To date, approximately $4,135,660 has been spent on Phase III of the project. This amount, in addition to the $74,000, brings the total cost of this final phase of the Interchange to $28,334,000 as shown in Table 1. A summary of the totals referred to above and noted below: a) $23,338,808 is the amount needed in FY 14-15 to fund all anticipated construction related costs not currently funded, b) $24,124,283 is the total amount required to complete all work moving forward from the date of this report – this includes some CM and PM services already funded, c) $28,333,943 represents the total amount of the third and final phase (US 101/LOVR Interchange), and, d) $36,513,717 is the total project cost including the prior phases; some completed several years ago. B1 - 4 Los Osos Valley Road/US 101 Interchange Improvements Project Update Page 5 To Date 2013-142014-15 Alrerady Incurred Costs: Study (PSR)189,000$ 189,000$ Environmental & Studies 954,300$ 954,300$ Value Engineering 40,000$ 40,000$ Land Acquisition 250,000$ 250,000$ Design (PS&E)2,676,120$ -$ 2,676,120$ Legal 26,240$ 26,240$ Subtotal:4,135,660$ 4,135,660$ Misc. GF Reimbursement for ROW 74,000$ 74,000$ Construction: RE Services/Pre-Construction 100,000$ 100,000$ City Contingency Amount 1,839,481$ 1,839,481$ Loan/bond Origionation Fee 250,000$ 250,000$ Construction (includes Env. Mit)17,986,302$ 17,986,302$ Construction Management 759,475$ -$ 3,189,025$ 3,948,500$ 759,475$ 100,000$ 23,264,808$ 24,124,283$ Total All Project Costs:4,895,135$ 100,000$ 23,338,808$ 28,333,943$ Project Components Table 1 – Project Costs This total Phase III amount of $28,333,943 is $549,293 (1.9%) higher than anticipated in the FY 2013-15 Financial Plan. The above chart indicates the total “physical” construction cost of $17,986,302 and contingency of $1,839,481 million is 70% of the total Phase III project costs of $28,338,808. The remaining 30% is for Right of Way acquisition, design, coordination with Caltrans, permits, construction engineering and construction management. While this amount is higher than the typical 20-25% in ‘soft costs’ for construction projects, it is consistent with similar projects involving state facilities, high traffic locations, and projects intersecting streams and creeks. Debt Financing Needs Based upon these new estimates and the final grant amount, the local “borrowing” necessary to complete the project will be about $7,500,000. This amount is determined by subtracting the $16,000,000 from the FY 14-15 expenses of $23,338,808 and rounding up. Total Costs- FY 2014-15: $23,338,808 Grant Amount: $16,000,000 Subtotal: $7,338,808 Rounded: $7,500,000 The Finance Department has worked with its Financial Advisor to obtain estimated debt service costs for a borrowing this size. Interest rates are forecast to continue rising and the annual debt service payments are estimated to be $482,000 over 30 years. This is approximately $57,000 more than the amount anticipated when the 2013-15 Financial Plan was adopted. The General Fund will B1 - 5 Los Osos Valley Road/US 101 Interchange Improvements Project Update Page 6 be obligated to pay this amount annually and will be reimbursed when payments from the Citywide TIF and LOVR Sub Area Impact Fee are collected. The project will return to Council with the financing documents at the same time that the recommended bid award is brought back for approval, which is anticipated to be October 2014. Funding The funding strategy for the interchange project was initially established as follows: • An ultimate 50/50 split between local funds from the City and outside funding sources (transportation grants) • The local fund component would be: o The Citywide TIF account o The special LOVR Sub Area Impact fee established to better collect monies from development in close proximity to the project o And, when necessary, the General Fund or other source to help keep the project on track. Including all three phases of the project, total project costs are: Status Calle Joaquin Relocation (Phase I)7,945,775$ Complete Misc. Sidewalk and Bridge Widening (Phase II)234,000$ Complete Phase III - US 101/LOVR Interchange 28,333,942$ In Progress Total Costs for All Phases 36,513,717$ Table 2 – Total Project Costs, All Phases Impact Fees Impact fees intended to be dedicated to this project are anticipated to fall short of the total project cost of $36,513,717 by $1.4 million. It was anticipated the TIF and LOVR Subarea Fee would be adjusted to compensate for any shortfall. It is premature to assume those fees need to be amended at this point as several variables remain in motion including project costs, actual bids, the intensity of development (potential LUCE changes), and other variables. Staff will return to council with recommendations for fee amendments once these variables are clarified. Staff will assess the appropriate timing of this work effort. General Fund Reimbursement The financing of the amount needed to complete the project construction will be an obligation of the General Fund due to the fact that the credit markets do not find enough security in impact fee programs because of the fluctuations that occur in the volume of annual fee collections. As a result, TIF should be considered as a back-stop to the General Fund by providing a minimum amount of support for the debt service expense when sufficient cash balances exist. Staff is recommending that the 2013-15 Financial Plan Supplement show the TIF fund contribute an amount equal to the full debt service payment for 2014-15. Staff also recommends at least one-half of the future debt B1 - 6 Los Osos Valley Road/US 101 Interchange Improvements Project Update Page 7 service payments are made by impact fees in future years. The FY 14-15 amount is estimated at $250,000. Project Schedule May 29th, 2014 Conduct Construction Management firm interviews July 8 th , 2014 Award/execute Construction Management contract June 25th, 2014 California Transportation Commission to vote on $16,000,000 grant July, 2014 Federal authorization to proceed issued from FHWA - Form E-76 July-August, 2014 Construction advertisement period October, 2014 Council authorization to proceed with necessary debt financing October, 2014 Award construction contract November, 2014 Start construction Spring, 2016 End construction The dates listed above are project based on the current project status and may change as the project progresses. ATTACHMENTS 1. Amendment to Agreement with Dokken Engineering Council Reading File: Project #99821; Plans, Specification & estimates Bid Package t:\council agenda reports\2014\2014-06-10\lovr interchange project update (grigsby-bochum)\99821 car lovr-101 project update.docx B1 - 7 Attachment 1 AMENDMENT TO AGREEMENT THIS AMENDMENT TO AGREEMENT is made and entered in the City of San Luis Obispo on Monday, June 9, 2014, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, herein after referred to as City, and Dokken Engineering, hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on April 20, 2004 the City entered into an Agreement with Contractor to prepare Phase I PA&ED services for the U.S. 101/Los Osos Valley Road Interchange Improvements project, Specification No. 99821; and WHEREAS, the City desires to amend the scope of services to include design support to the City of San Luis Obispo and the Resident Engineer throughout construction. This work generally includes responding to requests for information (RFI’s), reviewing shop drawings and submittals, and preparing as-built plans. The Contractor has submitted a proposal for this purpose that is acceptable to the City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. The scope of services and related compensation is hereby amended as set forth in Exhibit A - Amendment 2 attached hereto. 2. All other terms and conditions of the Agreement remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first written above. ATTEST: CITY OF SAN LUIS OBISPO ____________________________________ By: ____________________________________ City Clerk City Administrative Officer APPROVED AS TO FORM: CONTRACTOR _____________________________________ By: ____________________________________ City Attorney B1 - 8 Attachment 3 B1 - 9 Attachment 3 B1 - 10 Attachment 3 B1 - 11 Attachment 3 B1 - 12