File #: 19-0579    Version: 1 Name:
Type: Agreement Status: Passed
File created: 6/6/2019 In control: City Council
On agenda: 6/19/2019 Final action:
Title: City Council consideration of Request for Proposal 19-026CA for Project Management Services for the McKinley Street Grade Separation Project, No. 2012-12.
Attachments: 1. Staff Report, 2. Staff Report with Attachments

AGENDA REPORT

REQUEST FOR CITY COUNCIL ACTION

 

 

 

DATE:                                          06/19/2019

 

TO:                                          Honorable Mayor and City Council Members

                     

FROM:                     Public Works Department

 

SUBJECT:                     

Title

City Council consideration of Request for Proposal 19-026CA for Project Management Services for the McKinley Street Grade Separation Project, No. 2012-12.

 

End

RECOMMENDED ACTION:

Recommended action                     

That the City Council:

 

1.                     Award Request for Proposal (RFP) 19-026CA, Titled “McKinley Street Grade Separation Project Management Services Project, No. 2012-12” to Mark Thomas for the total amount of $2,675,129, and waive any and all minor irregularities in the proposal.

 

2.                     Approve the Professional Services Agreement with Mark Thomas Inc. in the amount of $2,675,129.

 

3.                     Authorize the City Manager, or his designee, to execute the Professional Services Agreement between the City and Mark Thomas, Inc., for the total amount of $2,675,129.

 

4.                     Authorize the Purchasing Manager to issue a purchase order to Mark Thomas for the total amount of $2,675,129 and approve necessary change orders up to the amount provided by the Corona Municipal Code section 3.08.070 (I), as shown on Exhibit “B.”

 

5.                     Authorize the City Manager, or his designee, to negotiate and execute any amendment to the Professional Services Agreement, which are either non-substantive or are otherwise in compliance with the City Council’s actions hereunder.

 

Body

ANALYSIS:

The design of the McKinley Grade Separation Project was initiated by SB 132, amendment to Budget Act of 2016, 2660-110-0042, in 2016 for local assistance of the Riverside County Transportation Efficiency Corridor from the State Highway account which was made available for three (3) transportation projects on the State Highway System.  The McKinley Grade Separation Project is one of the projects identified in SB 132.  The design is progressing from the 35 percent design phase to the 65 percent design phase.  The 65 percent design phase submittal is anticipated to be in November 2019.  The revised submittal date was due to City Council revisions to the bridge width and the inner loop road, which were recommended by the value engineering workshop.  The revisions were necessary to reduce the estimated right-of-way cost and maintain the project’s budget.  The project location and limits are shown on Exhibit “A.”

 

The Project Management Services includes the preparation of grant applications for Trade Corridor Enhancement Program (TCEP), Local Partnership Program (LPP), and Section 190 Program, which includes all supportive exhibits, narratives, and benefit cost analyses to help obtain additional project funding.  In addition to the grant applications the Project Manager (PM) will coordinate with the California Public Utilities Commission (CPUC), Caltrans, and California Transportation Commission (CTC) staff to enhance the grant funding applications. The PM will review the design, right-of-way, and utility submittals as an independent reviewer to ensure the project meets current standards and will look for ambiguities and errors. The right-of-way and utility relocations will involve bi-monthly team meetings that will review the right-of-way and utility relocation delivery schedules, constraints, and potential delays and review of action items and adjustments to the work plan to maintain these critical schedules. The PM scope of work deliverable will include up to four Resolution of Necessity presentations and documentation submittals; up to sixteen City Council Agenda and Administrative Reports; up to four Notices to Owner of utilities relocations; and monthly distribution of Cost Estimate Summary Reports throughout the duration of the project.  The PM will review project data and reports that have already been completed and reports that must be revised and resubmitted due to the plan modifications.

 

The PM will attend the monthly Project Development Team (PDT) meetings to monitor action items and schedule to ensure milestones are being met. The PM will review the 35 percent, 65 percent, 90 percent, and final submittals of the plans, specifications, and project task estimates submitted from Biggs Cardosa Associates, Inc., (BCA).  The PM will manage the design phase and construction phase of the project.  The PM will be responsible for drafting the RFP documents for the Construction Management Services (CM) for submittal to the Purchasing Division for advertising in PlanetBids, scheduling consultant interviews, and CM award.  The PM will be responsible for the oversite of the CM and will coordinate with the CM to issue correction notices, as necessary, to the project contractor when performed work is non-compliant with the project plans and specifications.  The PM will conduct project closeout in a timely manner and submit all required documentation to Riverside County Transportation Commission (RCTC).

 

On April 10, 2019, RFP 19-026CA “McKinley Grade Separation Project Management Services” was formally advertised in the Sentinel Weekly News and posted on PlanetBids.  The City solicited fifty seven (57) project management service vendors with Seven (7) proposals received by the due date of May 2, 2019.

 

The evaluation of the proposals was based on six criteria: 1) Completeness of Response 2) Qualification of Firm 3) Qualification of Personnel 4) Related Experience 5) Scope of Services to be provided and 6) Funding Alternatives. The following is a summary of the proposal scoring results.

 

 

 

 

 

FIRM

Location

1

Mark Thomas, Inc.

Ontario

2

JMA Civil, Inc.

Los Angeles

3

IDC Consulting Engineers, Inc.

Rancho Cucamonga

4

AnGenious Engineering Services, Inc.

Irvine

5

CNC Engineering

City of Industry

6

CivilPros (dba of RailPros Holdings LLC)

Riverside

7

Primesource Project Management

Rolling Hills Estates

 

Mark Thomas, Inc., was determined as the top scoring firm by the evaluation team.  It is believed that Mark Thomas, Inc., team possesses the skills and experience necessary to successfully execute the scope of work for the project.  Darin Johnson, the Project Manager working with Mark Thomas, Inc., has thirty-five years experience with extensive experience managing and delivering complex, large-scale transportation projects.  Mark Thomas, Inc. has completed over thirty (30) grade separation projects in the past ten (10) years, ranging from feasibility studies to final design and project management phases.

 

COMMITTEE ACTION:

Not applicable.

 

STRATEGIC PLAN:

This item supports the City’s Strategic Plan Goal 1: Promote Public Safety; Objective C: Ensure adequate funding for investments and improvements in infrastructure that support public safety. Completion of the proposed project will repair, replace, and install infrastructure improvements that contribute to the safety and mobility of Corona residents.

 

FISCAL IMPACT:

The estimated design and project management cost for this Project is outlined as follows:

 

Design Cost………………………………………………………………………. $9,833,393.00

Project Management Cost………………………………………………………. $2,675,129.00

Design and Project Management Support………………………………………. $600,000.00

Total Estimated Design and Support Costs………………………………… $13,108,522.00

 

Funding for the project is available in the Fiscal Year 2018-19 Capital Improvement Project Budget as follows:

 

 

 

 

 

 

ENVIRONMENTAL ANALYSIS:

Grade Separation projects are Statutorily Exempt under the California Environmental Quality Act (CEQA), and no environmental documents or technical study are required.  However, the City being a responsible steward to the community is proposing to perform some environmental analyses outside of the requirements of CEQA. 

 

PREPARED BY: PETER RAMEY, P.E., PROJECT ENGINEER

 

REVIEWED BY: TOM KOPER, P.E., ASSISTANT PUBLIC WORKS DIRECTOR

 

REVIEWED BY: NELSON D. NELSON, P.E., PUBLIC WORKS DIRECTOR

 

REVIEWED BY: KIM SITTON, FINANCE MANAGER                                          

 

REVIEWED BY: CITA LONGSWORTH, PURCHASING MANAGER

 

REVIEWED BY: KERRY D. EDEN, ASSISTANT CITY MANAGER/ADMINISTRATIVE SERVICES DIRECTOR

 

REVIEWED BY: MICHELE NISSEN, ASSISTANT CITY MANAGER

 

SUBMITTED BY: MITCH LANSDELL, ACTING CITY MANAGER

 

Attachments:

1.                     Exhibit “A” - Location Map

2.                     Exhibit “B” - Corona Municipal Code - Section 3.08.070                     

3.                     Evaluation Summary 

4.                     Proposal

5.                     Professional Services Agreement