Loading...
HomeMy WebLinkAbout04/18/2000, C5 - CONTRACT FOR CONSULTANT'S SERVICES TO DESIGN THE DAMON-GARCIA SPORTS FIELDS counat Mo4i8-00 j acjcnaa Report ' CITY OF SAN LU I S O B I S P O FROM: Paul LeSage, Director of Parks and Recreation SUBJECT: CONTRACT FOR CONSULTANT'S SERVICES TO DESIGN THE DAMON-GARCIA SPORTS FIELDS CAO RECOMMENDATION Approve a contract with the Firma Design Group in the amount of$181,340 for Phase I of the design of the Damon-Garcia Sports Fields and authorize the Mayor to execute the contract. DISCUSSION The Design Team On November 16, 1999, the City Council approved issuing a request for proposals (RFP) for the Damon-Garcia Sports Fields Design (Specification No. 99826). Four proposals were received. After a review of proposals, interviews with the four prospective design teams, and a check of references, staff is recommending the Firma Team to complete the project. The City's approach to this project sought out a multi-faceted design team to complete the work that is noted in the RFP. By adding Sasaki Associates as a prime subcontractor, Firma has put together the team that can best achieve this goal. As is noted in the RFP, David Foote, a landscape architect, will be principal on this project. While a qualified biological consulting firm has been retained as part of the team, the principal will take direct responsibility for securing the regulatory agency permits that are so critical to this process. The team also showed an ability to complete the other key aspects of the project such as: public presentation, biological delineation, mitigation and environmental enhancement programs, engineering, reclaimed water usage, and preliminary site designs. This design team has combined local design experience with a national reputation for successfully completing sports field projects. Sasaki Associates is an interdisciplinary design firm that specializes in park and sport field projects. With over 20 years of experience, Sasaki has demonstrated an ability to design sports fields that stand the test of time. C54 Council Agenda Report—Damon-Garcia Sports Fields Design Services Contract Page 2 Phase I Design Costs The project contract includes costs that reflect an updated scope of work including the preliminary design of Prado Road and the tasks that will be required to obtain the federal and state permits necessary to possibly realign Orcutt Creek. Preliminary design of the northern alignment of Prado Road is included as a part of Phase I, as Prado Road forms the northern boundary of the sports fields site. Since it might be 20 feet above the grade of the field site, its design will affect the layout of the sports fields and must be considered up front. It is also possible that this section of Prado Road will be constructed at the same time as the fields. The preliminary design includes a bridge over Acacia Creek and a crossing from the sports fields to the neighborhood park and school site located north of Prado Road. These design costs are a part of the project contract. The work required to obtain the permits to relocate Orcutt Creek is more significant than first anticipated. The Corps of Engineers now requires an alternatives analysis of all the options to move the creek and design the fields. This could be as many as four. The City will be required to demonstrate that we do not have a viable 4-field project without realigning Orcutt Creek. Only then will the Corps consider a plan to mitigate the realignment. In addition to Corps' approval, two other federal agencies, the National Marine Fisheries Service and the U.S. Fish and Wildlife Service, must approve the project. State approval is required from the Department of Fish and Game and the Regional Water Quality Board. Other Service Providers In addition to Firma and Sasaki, the team includes Cannon Associates and Thoma Electric to provide technical designs for public improvements, including Prado Road, utilities, earthwork, drainage, and lighting. Foothill Associates will provide the necessary biological sciences consulting services. CONCURRENCES Staff members from the Public Works Department's Divisions of Engineering and Park Maintenance were present for the consultant interviews and are in concurrence with the recommendation. A representative from the Youth Sports Association also participated, and he concurs with the recommendation (George Mead, who works at Cal Poly and has had considerable experience with their athletic field project, now underway). A sub-committee of Parks and Recreation Commissioners participated in the interviews. The results of the selection process were reported to the Commission at their April 5, 2000, meeting. While no formal action was taken, the members of the Commission commented favorably on, and supported the selection of, the Firma Design Team. The Commissioners also indicated they will take an active role in the community design forums that are a part of the design process. C5-2 Council Agenda Report—Damon-Garcia Sports Fields Design Services Contract Page 3 FISCAL IMPACT Funding for this request is included in the project budget. No additional funding is needed at this time. Due to the amount of this contract, the combined Phase I and Phase H design costs are sure to exceed the original estimate of$200,000. The primary reason for the Phase I overage is the design costs associated with Prado Road. The road will drive the Phase II design costs higher also. Without any Prado Road costs, the original design costs proposed for Phases I and H were in the $260,000 range which is somewhat near the original estimate. ATTACHMENTS 1. Agreement (with exhibits) a. A summary of the Consultant's proposal is incorporated as a part of this agreement. The entire proposal is available for review in the Council reading file. b. The full request for proposals is also incorporated as a part of this agreement. Copies were distributed to the Council as part of the November 22 staff report. An additional copy is available for review in the Council Reading File. 2. List of design teams who proposed on this project. C5-3 AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this 18d day of April,by and between the CITY OF SAN LUIS OBISPO,a municipal corporation,hereinafter referred to as City,and FIRMA hereinafter referred to as Consultant. WITNESSETH: WHEREAS, on November 22, 1999, the City requested proposals for comprehensive preliminary design services for a multi-field sports complex,per Specification No.99826; WHEREAS,pursuant to said request,Consultant submitted a proposal,which was accepted by City for said Phase I Preliminary Design, to include community information gathering, environmental mitigation, environmental permitting,evaluation,mitigation,and enhancement plan development,and preliminary site design; NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as first written above,until acceptance or completion of said services. 2. INCORPORATION BY REFERENCE. City Specification No. 99826 and Consultant's proposal dated April 3,2000,are hereby incorporated in and made a part of this Agreement 3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement,Consultant will be reimbursed for hours worked at the hourly rates specified in Consultant's proposal. The specified hourly rates shall include direct salary costs,employee benefits,overhead,and fee. In addition,Consultant will be reimbursed for direct costs,other than salary and vehicle costs,that are identified in the cost proposal. This contract will not exceed $181,340. 4. CONSULTANT'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to provide services as described in Exhibit A attached hereto and incorporated into this Agreement 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Administrative Officer. C5-4 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid,by registered or certified mail,addressed as follows: __ City Pamela King City of San Luis Obispo Public Works Department 955 Morro Street San Luis Obispo,CA 93401 Consultant FIRMA David Foote,ASLA 849 Monterey Street,Suite 205 San Luis Obispo,CA 93401 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Consultant do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF,the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO,A Mmicipal Corporation By: Allen Settle,Mayor APPROVED AS TO FORM: CONSULTANT *v 1 By: Irrgen nC' Vey David Foote dba firma c: NVALrACMEENENTPHAMI C5-5 DAMON-GARCIA S, RTS COMPLEX Work Tasks: Schedule, Deliverables & Fee firma April 3, 2000 Task Fee Responsibility Time Frame Phase 1 Preliminary Plan 1 . Project Administration 2,145 firma 2. Meetings .Team 6,100 Team -City Staff 5,500 firma/Sasaki -Public Presentations 5 11,800 firma/Sasaki .Public Hearings 3 or 4 1,420 firma 3. Site Analysis & Constraints Total hem 3: 6 weeks -Site Topo Survey/BoundarySurvey/Boundary Survey 14,150 Cannon 3 weeks .Sensitive Species Assessment 3,075 Foothill 3 weeks -Wetland Delineation 3,300 Foothill 3 weeks .Downstream Biological Assessment 5,500 Foothill firma -infrastructure & utilities 1,000 Cannon 4 weeks -Prado Road Earthwork Analysis 2.950 Cannon 4 weeks -Prado Road Alignment Options 28,000 Gannon/firma En ineerin -Hydraulic Calculations&Flood Zone 6,000 Cannon 4 weeks Mapping -Soil Fertility Testing 250 firma 1 week •Agency Coordination 3,400 firma/Foothill 5 weeks 4. Conceptual Plan' & Program 6,000 Sasaki/firma Total hem 4: 4 weeks Report S. Preliminary Design Total hem 5: 6 weeks -Site Plan(includes preliminary lighting 14,400 Sasaki/firma 4 weeks layout) -Supporting Graphics 3,550 finna/RMO 4 weeks -Preliminary Grading&Drainage 7,000 Sasaki/Cannon 2 weeks -Summary Report to Council 2,700 firma 1 week -Environmental Enhancement/ 4,200 firma/Foothill 4 weeks Mit' ation Plan 6. CEOA Document Total hem 6: 4 weeks -initial Study 2,550 firma 3 weeks •Environmental Impart Repore 37,800 firma 1 week 7. Permits from Federal & State firma/Foothill Total hem 73- 14 weeks Agencies (404, 401, 1601, 4,200 Section 7 S. Opinion of Probable Cost 4,350 Team 2 weeks - 9. Geotechnical Report (Soils — (City) Report) Subtotal: $ 181.340 Total hems 1-9: 22 weeks Payment Schedule The consultant shall submit progress payment requests to the City monthly based on time expended and expenses incurred. The amount billed will not cumulatively exceed the lump sum fees shown for each work task shown above. 'For the purpose of workshop presentation, agency consultation,etc. z Traffic Analysis with one access scenario only,cultural resources, noise, air quality,visuaVglare, biology, alternatives. 9 Permit process runs concurrent with hems 3-6 and is estimated to run 14 weeks. C5-6 EXHIBIT A WORKSHEET FOR BID/RFP OPENING All BID submittals must contain the following: 1) Bid Bond or Cashier's Check - 10t If cashier's check is enclosed, take to Finance Department immediately after bid opening to deposit. (make xerox copy to put in contract file; check must not be left in subject file) . 2) Contractor's License Number and Expiration Date ------------------------------------------------------------------------------------------ THE FOLLOWING BIDS/RFP'S WERE RECEIVED IN THE CITY CLERK'S OFFICE FOR: DAMON-GARCIA SPORTS FIELDS - DESIGN CONSULTANT SERVICES - PHASE 1 & 2 AND ARE BEING OPENED IN THE ORDER RECEIVED ON Thursday February 3, 2000 AT 3:00 PM IN THE 955 ENGINEER'S ESTIMATE: $200.000 (including/excluding contingencies) SPECIFICATION/FILE NO. : 99826 Page 1 II Name & Address I Bid Amount I License I Bond/CC I Other II 111 v 2Ji 11 S`1a. I I I I II II I I I I II �1�n13�o I I I I II 311 C-Te.1 ia-S- ,*R0-7- Os 1 e4 r lues I I I II Van AND I-- 111 1 411 Il �� ot S� ii 511 I I I I II 611 I I I I u C5-7 ATTACHMENT 2