Loading...
Task Order 6009.b Rail with Trail Pathway DesignTASK ORDER NO. 6009.b Pursuant to the MASTER AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN CITY OF MERIDIAN (OWNER) AND CTA ARCHITECTS ENGINEERS (ENGINEER) This Task Order is made this 11th day of October, 2016 and entered into by and between the City of Meridian, a municipal corporation organized under the laws of the State of Idaho, hereinafter referred to as "City", and accepted by CTA ARCHITECTS ENGINEERS, hereinafter referred to as "Engineer" pursuant to the mutual promises, covenant and conditions contained in the Master Agreement (Category 13A) between the above mentioned parties dated Oct 1, 2014. The Project Name for this Task Order 6009.a is as follows: CITY OF MERIDIAN Rail with Trail Pathway Key No. 13918 - Design Services PROJECT UNDERSTANDING The Rail to Trail Pathway development project includes 3200 linear feet of mixed use pathway. To be located adjacent to the current rail line that runs in an east/west direction, south of Broadway Street between 8th Street and Meridian Road. It is anticipated that the project will be a complete project that encompasses all aspects of design and will be completed in 12 months. This section of trail is intended to further the City's commitment to implementing the City's master pathway plan. This project is funded via the Transportation Alternatives Program (TAP) grant. The construction portion of this project will require prevailing wages be paid. The wage determination for this project is 'Highway'. The current wage determination is Exhibit A, to be used in calculating Engineer's construction cost estimate. SCOPE OF WORK. The scope of the Rail to Trail Pathway project will include overall design and documentation as outlined in the following scope of work. Materials Testing and Inspections is a part of the project team under a sub agreement to ENGINEER and will provide geotechnical services to this project. These services are intended to focus on the 3200 linear feet of trail that comprises the pathway as previously described Task Order 6009.b RwT Pathway Project Key No 13918 Page 1 of 12 CTA Architects Engineers 1 A Administration 1.1 Project Initiation Engineer will set up the project files and prepare the kick-off meeting. The meeting will include key stakeholders, and team members with the purpose of defining the project goals, process and key milestones. Products and Deliverable: Kick-off meeting materials Project Schedule Assumptions: • Two members of the Engineer team will attend the kick-off meeting • Meeting will not exceed one (1) hour in duration. 1.2 Progress Meetings Engineer's project manager will establish bi-weekly progress meetings with the City for the duration of the project. The meeting agenda will be to discuss work performed to date, key tasks to be completed, and identification of potential project issues. Products and Deliverable: Bi -weekly meetings for the duration of the project. Assumptions: • Twenty-four (24) meetings are assumed • Conducted via conference call. 1.3 Project Coordination Engineer will schedule separate coordination meetings with all stakeholders including, Idaho Transportation Dept. (ITD), Ada County Highway District (ACHD), and the Nampa Meridian Irrigation district (NMID) to review the project concept and ensure all requirements for the project are met. And that related improvements are designed to the appropriate standard and expectation of all authority's having jurisdiction. Products and Deliverables: • ITD Concept Report • NMID Improvements • ACHD Right of Way Improvements • Secure project approval from all authority's having jurisdiction (AHD's) Assumptions: No more than nine meetings with be held with the AHD's. One meeting will be held with each stakeholder at the preliminary design stage One meeting will be held at the 59% construction drawings A final meeting will be held at the 95% construction drawing stage. Task Order 6009.b RVVT Pathway Project Key No. 13918 Page 2 of 12 CTA Architects Engineers 1.4 Project Management Engineer will staff and manage a project team to provide project deliverable, prepare invoices, monitor budget and schedule, and coordinate with the City on a regular basis. Products and Deliverable: Monthly invoices and progress reports Assumptions: • The project is expected to be no more than 12 months in duration • Invoices will be sent to Parks and Recreation Pathways Project Manager: Jay Gibbons 2.0 Alignment Surveying and Mapping 2.1 Field Survey A field survey will be performed along the project corridor for use to prepare the design and easements. Field surveying tasks will include the following: Products and Deliverable: Perform a topographic survey along the defined corridor consisting of ground shots at the center line of the street to the right of way bounding the project. The trail adjacent to the irrigation ditch and natural drainage will be surveyed to include points along the top of the bank, fence/property line; to the centerline of the adjacent natural drain including mid points between; at approximately 50 foot intervals along the alignment. The survey will locate any bends or curves in the proposed trail alignment, visible obstructions such as trees, landscaping, driveways, culverts, and other improvements including utilities. Conduct property surveys as needed to determine the existing property boundary lines and existing easements along the corridor. Elevations will be established at approximately 50 foot intervals, at all bends or curves (point of curvature, point of tangency, and midpoints) along the project alignment on permanent objects outside the construction limits. Horizontal & vertical control points will be established at inter divisible locations. Assumptions: • Dig Line , Utility paint locates shall be performed • No potholes will be required. 2.2 Base Map Development A topographic base map from field surveys will be prepared to assist in the design of the project. Survey points will be utilized in conjunction with aerial photography and mapping (provided by the City) during the design stages of the project. The Engineer will prepare a property line base map showing property boundary lines, existing easements, and horizontal and vertical control established for future project construction. Task Order 6009.b RwT Pathway Project Key No. 13918 Page 3 of 12 CTA Architects Engineers Products and Deliverable • Property Base Map 2.3 Easements Engineer will prepare descriptions and exhibit maps for use in preparing permanent easement documents. Products and Deliverable: Pathway/recreation easement legal descriptions and exhibit maps Assumptions: • This scope of work does not include setting property corner monuments, center line adjustment monumentation, or Right of Way monumentation. No Record of Survey is to be filed for this project. • No more than three (3) legal descriptions will be required. 3.0 Design The pathway design will be developed as necessary to provide adequate information for construction of the new pathway and associated features. Engineer will prepare two design alternatives for consideration by the City. Products and Deliverable: Preliminary construction plans 22" x 34" (bond) Construction Specifications Opinion of Probable Construction Costs based on prevailing wage determination Assumptions: • No new or additional crossings of Nine Mile Creek. are required. • The pathway alignment as currently depicted in the Meridian Pathway Master Plan is located on property where the owners are agreeable with the project: o A preliminary plan set will not exceed 35 sheets One (1) Cover Sheet o One (1) Typical Sections and Meridian Construction Notes • One (1) sheet for the existing survey o Min of two (2) Detail Sheet o Fourteen (14) Plan and Profile Sheets (1" = 20'-0" for 22 x 34 sheets) o Flood Plain exhibit sheets 3.1 Preliminary Design Review Meeting Engineer will attend a meeting with the City to review and discuss the preliminary design documents. All comments from City and agencies including but not limited to the Public Works and Parks and Recreation will be provided from the City of Meridian at a design review meeting. Products and Deliverable: • Attend Design Review Meeting and document comments on preliminary design Task Order 6009.b RWT Pathway Project Key No. 13918 Page 4 of 12 CTA Architects Engineers 3.2 Draft Final Design Preliminary design comments will be addressed and incorporated as appropriate to develop the draft final design. It is assumed that two submittal iterations will be required to obtain ACHD, NMID, Parks and Recreation, and Public Works approval. Products and Deliverable: Draft final construction plans approx. 35 sheets 22" x 34" (bond) Construction Specifications Opinion of Probable Construction Costs Assumptions: • Authorities having jurisdiction (AHJ's) reviews will be concurrent. • Review comments will be discussed as a part of the bi-weekly progress meeting and not a separate review meeting. 3.3 Final Design Draft final design comments will be addressed and incorporated as appropriate to develop the final design. The final design plans will be submitted to ACHD for formal approval for items within ACHD's right of way. The ACHD stamped approved plans will be submitted to the City for formal Public Works approval. Products and Deliverable: Final construction plans approx. 30 sheets signed and sealed. Construction Specifications Opinion of Probable Construction Costs Assumptions: • Authorities having jurisdiction (AHJ's) reviews will be concurrent. • Review comments will be discussed as a part of the bi-weekly progress meeting and not a separate review meeting. 3.4 Storm Water Pollution Prevention Plan (SWPPP) No SWPPP plan will be prepared. 4_0 Permits The necessary permits for this project are anticipated to be the floodplain development permit, the no rise certification, and the EPA Notice of Intent. Engineer will prepare these permits as a part of this scope of services. The City will also need to obtain a license agreement with the Nampa/Meridian Irrigation District. Engineer will prepare a letter and plan documents for submittal to the City for review and transmittal to NMID. Products and Deliverable: • Floodplain Development Permit • No -Rise Certification • EPA NOI (filed electronically via the NOI website) • Letter and plan package for City's submittal to NMID Task Order 6009.b RWT Pathway Project Key No. 13918 Page 5 of 12 CTA Architects Engineers Assumptions: • HEC -RAS modeling and floodplain map revisions will not be required. • Clean Water Act Section 404 and 401 permits will not be required. 5.0 Geotechnical Services As a sub Engineer to ENGINEER, Materials Testing and Inspection (MTI) will provide geotechnical services to this project. MTI will conduct field explorations, laboratory testing, and prepare a report to provide information regarding the anticipated thickness of pavement section necessary for the pathway (pedestrian traffic and occasional light duty pickups.) Laboratory testing will be performed on a collected soil sample to determine an appropriate section based on the R -Value or the materials tested. MTI will prepare a report presenting the geotechnical analysis findings and conclusions. Products and Deliverable: • Geotechnical Report Assumptions: • Authorities having jurisdiction (AHD's) will provide approval to conduct field explorations. 6.0 Bid/Construction Assistance (Not Included) Engineer is available to provide assistance to the city throughout the bidding and construction process on an on-call basis under a supplemental agreement when construction is commenced on the project. TIME OF COMPLETION and COMPENSATION SCHEDULE The following schedule is based on a Notice to Proceed (NTP) from the City by OCTOBER 2016 and resulting in Final Design being completed by SEPTEMBER 2017. A NTP issued on a different date will change the schedule accordingly. COMPENSATION AND COMPLETION SCHEDULE Task Description Due Date Compensation 1 Project Management/Coordination and ■ September 2017 Progress Meetings $10,000.00 2 Alignment Survey/Mapping ■ October 2016 $10,500.00 3 Design (Includes: Preliminary Design; � September 2017 Construction Specifications, Probable Costs, Draft Final $50,000.00 Documents, and Final Construction and Specification Documents 4 Environmental Assessment I Permitting September 2017 $5,000.00 5 Geotechnical Services October 2016 $2,100.00 TASK ORDER TOTAL: $77,600.00 Task order 6009.b RwT Pathway Project Key No. 13918 Page 6 of 12 CTA Architects Engineers The Not -To -Exceed amount to complete all services listed above for this Task Order No. 6009.a is Seventy -Seven Thousand Six Hundred dollars ($77,600.00). No compensation will be paid over the Not -to -Exceed amount without prior written approval by the City in the form of a Change Order. Any and all travel will only be reimbursed if pre -approved by the Project Manager, and only per the City of Meridian Travel Policy. Reimbursable expenses will be paid at cost and only if pre -approved by the Project Manager. Any travel and/or reimbursables paid will be paid as part of the Not -To - Exceed Task Order Total per the Compensation and Completion Schedule above. CITY OF MERIDIAN BY: TAMMY de WE MAYOR Dated: Approved by Council /0 Attest: C.JAY CO`LES, CITY CLERK Purchasing Approval BY: KEITHWATTS, Purchasing Manager City Project Manager Jay Gibbons CTA ARCHITECTS ENGINEERS AN Angela M. Hansen, PLA Dated: ,,—IED AU Ql`,UST = City of w &I(A IDIAN,�— IOAMO Vr SEAL ) Departmept A proval STEV' SID OWA , P rks & Rec ' ector Dated:-//?, q J Task Order 6009.b RwT Pathway Project Key No. 13918 Page 7 of 12 CTA Architects Engineers EXHIBIT A General Decision Number: ID160090 03/18/2016 ID90 Superseded General Decision Number: ID20150090 State: Idaho Construction Type: Highway County: Ada County in Idaho. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 03/18/2016 * ENGI0370-014 01/01/2016 Rates Fringes POWER EQUIPMENT OPERATOR: Bulldozer GROUP 8 ....................$ 28.98 11.25 ZONE PAY: Zone 1 0 - 30 miles: free Zone 2 30 - 60 miles: $25.00/per day Zone 3 More than 60 miles: $30.00/per day. If a project is located in more than one zone the lower zone rate shall apply ZONES SHALL BE MEASURED FROM THE THE FOLLOWING U.S. POST OFFICES: BOISE: 304 N. 8TH STREET TWIN FALLS: 253 2ND AVE. WEST POCATELLO: CLARK STREET IDAHO FALLS: 875 NORTH CAPITAL AVE. ----------------------------- ----------------------------------- LAB00238-035 06/01/2014 Rates Fringes LABORER: Pipelayer..............$ 24.62 10.95 Zone Differential (Add to Zone 1 rates): Zone 2 - $2.00 Task Order 6009.b RWT Pathway Project Key No. 13918 Page 8 of 12 OTA Architects Engineers BASE POINTS: Pasco Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office ----------_----------------------------------------------- SUID2013-018 06/17/2013 Rates Fringes CARPENTER (Form Work Only) ....... $ 26.24 9.48 CARPENTER, Excludes Form Work .... $ 23.92 9.75 CEMENT MASON/CONCRETE FINISHER ... $ 16.00 5.41 ELECTRICIAN ......................$ 26.97 12.10 HIGHWAY/PARKING LOT STRIPING: Painter .........................$ 25.47 9.52 LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor ......................$ 21.57 8.61 LABORER: Common or General ...... $ 17.31 4.66 LABORER: Grade Checker .......... $ 15.95 3.86 LABORER: Mason Tender - Cement/Concrete..................$ 15.50 5.41 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 20.82 5.88 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 21.15 8.20 OPERATOR: Broom/Sweeper ......... $ 19.58 6.67 OPERATOR: Crane .................$ 23.34 9.45 OPERATOR: Forklift ..............$ 23.13 9.17 OPERATOR: Grader/Blade .......... $ 22.36 6.26 OPERATOR: Loader ................$ 23.45 6.62 OPERATOR: Mechanic ..............$ 23.55 8.54 OPERATOR: Oiler .................$ 22.51 5.83 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 20.46 3.86 OPERATOR: Roller (Subgrade)..... $ 19.99 7.99 OPERATOR: Roller ................$ 19.94 6.46 Task Order 6009.b RWT Pathway Project Key No 13918 Page 9 of 12 CTA Architects Engineers OPERATOR: Rotomill..............$ 28.05 10.00 OPERATOR: Screed ................$ 20.52 6.77 TRAFFIC CONTROL: Flagger....... $ 14.02 4.66 TRAFFIC CONTROL: Laborer -Cones/ Barricades/Barrels - Setter/Mover/Sweeper.............$ 16.17 4.66 TRUCK DRIVER: Dump Truck ........ $ 20.56 10.35 TRUCK DRIVER: Lowboy Truck ...... $ 26.61 13.21 TRUCK DRIVER: Oil Distributor Truck ................$ 23.93 11.27 TRUCK DRIVER: Water Truck ....... $ 22.33 9.40 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ----------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Task Order 6009.b RWT Pathway Project Key No, 13918 Page 10 of 12 CTA Architects Engineers Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/1.3/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-CCIC 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division Task Order 6009 b RWT Pathway Project Key No. 13918 Page 11 of 12 CTA Architects Engineers U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CER Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Task Order 6009.b RWT Pathway Project Key No. 13918 Page 12 of 12 CTA Architects Engineers CONTRACT CHECKLIST I. PROJECT INFORMATION Date: 8/29/2016 REQUESTING DEPARTMENT Parks and Recreation Project Name: Rail with Trail Pathway Key No. 13918 Construction Documents Project Manager: Jay Gibbons Contract Amount: $77,600 Contractor/Consultant/Design Engineer: CTA Architects Engineers Is this a change order? Yes ❑ No Change Order No. II. BUDGET INFORMATION (Project Manager to Complete) III. Contract Type Fund: 1 Budget Available (Purchasing attach report): Department 5200 Yes 0 No ❑ Construction ❑ GL Account 93401 FY Budget: 2016 Task Order Project Number: 6009.b Enhancement: Yes ❑ No ❑ Professional Service ❑ Equipment ❑ Will the project cross fiscal years? Yes ❑ No ❑ Grant ❑ IV. GRANT INFORMATION - to be completed only on Grant funded projects Grant #: Wage Determination Received Wage Verification 10 Days prior to bid due date Debarment Status (Federal Funded) N/A N/A N/A N/A Print and Attach the determination Print, attach and amend bid by addendum (if changed) www.sam.gov Print and attach V. BASIS OF AWARD BID RFP / RFQ TASK ORDER Award based on Low Bid Highest Ranked Vendor Selected Master Agreement Category 13A (Bid Results Attached) Yes ❑ NO ❑ (Ratings Attached) Yes ❑ No Date MSA Roster Approved: 1 -Oct -14 Typical Award Yes 0 No ❑ If no please state circumstances and conclusion: Date Award Posted: N/A 7 day protest period ends: N/A VI. CONTRACTOR / CONSULTANT REQUIRED INFORMATION PW License N/A Expiration Date: N/A Corporation Status Current Insurance Certificates Received (Date): 6/9/2016 Expiration Date: 6/1/2017 Rating: Payment and Performance Bonds Received (Date): N/A Rating: N/A Builders Risk Ins. Req'd: Yes ❑ No ❑' If yes, has policy been purchased? N/A (Only applicabale for projects above $1,000,000) VII. TASK ORDER SELECTION (Project Manager to Complete) Reason Consultant Selected 1 Performance on past projects Check all that apply M Qua Iity of work ❑ On Budget D On Time ❑ Accuracy of Construction Est 2 Qualified Personnel ❑Q 3 Availability of personnel 1/14 Local of personnel cription of negotiation process and fee evaluation: Master Agreement #13A, a fee proposal was provided based on a scope of work prepared for and agreed upon by consultant and City staff. Award of project was based on nous City pathway work, knowledge of specific project requirements, and consultant's availability to meet project timelines. ame VIII. AWARD INFORMATION Date Submitted to Clerk for Agenda: October 5, 2016 Approval Date By: Purchase Order No.: Date Issued: WH5 submitted (Only for PW Construction Projects) Date Contract Request Checklist.5.24.2016.Final Memo To: C. Jay Coles, City Clerk, From: Keith Watts, Purchasing Manager CC: Jay Gibbons Date: 10/3/16 Re: October 11`h City Council Meeting Agenda Item The Purchasing Department respectfully requests that the following item be placed on the October 11th City Council Consent Agenda for Council's consideration. Approval of Task Order 6009.a to CTA Architects for the "Rail with Trail Pathway Design" for a Not -To -Exceed amount of $77,600.00. Recommended Council Action: Award of Task Order 6009.a to CTA Architects for the Not -To -Exceed amount of $ 77,600.00 Thank you for your consideration. • Page 1