Loading...
HomeMy WebLinkAbout2024-03-12 - AGENDA REPORTS - PROJ P2021O Agenda Item: 4 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: TAA,/� DATE: March 12, 2024 SUBJECT: CONTRACT FOR NEWHALL PARK POOL PUMP ROOM DESIGN, PROJECT P2021 DEPARTMENT: Neighborhood Services PRESENTER: Susan Nelson RECOMMENDED ACTION City Council: 1. Award the design contract to Pacific Advanced Civil Engineering, Inc., for the Newhall Park Pool Pump Room Design, Project P2021, in the amount of $187,790 and authorize a contingency in the amount of $18,780, for a total contract amount not to exceed $206,570. 2. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND Newhall Park was constructed in 1949 by the County of Los Angeles (County) and was operated by the County until the City of Santa Clarita's (City) incorporation in 1987. The 14.3-acre community park boasts a range of amenities, including a pool, multi -purpose room, and recreational facilities catering to the active and passive needs of the community. The current pool pump room is 55 years old and beyond its useful life and repair. In an effort to address the condition and functional limitations of the current infrastructure, this project aims to finance the design of a new pool pump room and storage area at the Newhall Park Pool. The redesign is necessary to accommodate essential components such as pumps, filters, chemical vats, electrical and plumbing systems, and to enhance storage for recreational equipment. The City conducted a Request for Proposal (RFP) to solicit proposals from qualified consulting firms to create a design for the Newhall Park Pool Pump Room. The RFP was advertised on the City's website on October 31, 2023. Thirty-three companies downloaded bid specifications, and the RFP closed on November 30, 2023, with no proposals submitted. Page 1 Packet Pg. 23 O As a result, consistent with the City purchasing policy, staff identified three qualified vendors and requested proposals through an informal process. One vendor opted not to submit, while another failed to respond to staff inquiry regarding the project. However, Pacific Advanced Civil Engineering, Inc. (PACE) did submit a proposal that met the project's needs. Staff has completed its due diligence review of PACE's proposal and determined that their past performance meets the City's high standards. Therefore, staff recommends awarding the design contract to PACE. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure account P2021601-516101 to support the recommended action. ATTACHMENTS Pump Room Building Pump Room Wall PACE Proposal (available in the City Clerks Reading File) Page 2 Packet Pg. 24 kl,A f,. ,...a ems" i?yr � `. '' � � �. _ • �,n :_'� • - G� ' . E `x` if YA;��ba4�+ i •� „� xt r•Ck . , .... ..., to g,.r, x _ 4.b J � v1 1.� Jh ,1 �• i. �t ,fit �' C1} J �((( .•%N / � A J fe, - a 0 S Q y` w• y} I j .. v ,• 'A.., It - by �\ _.6 •'"'" 3 t ro i � 'w.� , _A 1 •' 4 WE j, Iy � �• t �J { 4�� r � � t b� f Packet Pg. 26 FYIJCJUB February 19, 2024 (February 08, 2024 revised) Katie Knybel Project Manager Parks Planning and Open Space City of Santa Clarita Phone: (661) 290-2235 Cell: (661) 312-0485 Re: Newhall Park Pool Pump Room Replacement | #PPOS-23-24-P2021 Revised Professional Engineering Design Services Proposal #C258 Dear Katie, PACE is pleased to provide our proposal for engineering design for the Newhall Park Pool Pump Room Replacement project. Our enclosed proposal includes background qualifications information about PACE, Recreational Water Brochure, resumes of key team members, Work Statement, Schedule, and proposed Sub-consultant background information. A stormwater drainage design task is added to this revised proposal as an optional task. The fee for this task is a Time and Expense (T&E) term see task 4.4 in the proposal. Based on the instructions in your earlier email, we are sending the proposed fee for our services broken down by task, manpower category and hours to Mariela Delgado mdelgado@santa- clarita.com. We appreciate the opportunity to be of service to the City of Santa Clarita and look forward to the successful completion of the pump room replacement design. Please contact me if there are any questions or if we may provide any additional information. Sincerely, Zirang Song, PE Vice President - Recreational Water Division ZS/ch Enclosures: Professional Services Proposal, PACE Recreational Water Brochure and PACE Team Member resumes cc: Mariela Delgado mdelgado@santa-clarita.com (cost proposal) R:\\C258\\3-Contracts - Proposals\\1. Proposal\\1. KKnybel Cov Ltr 2-19-24.doc INTRODUCTION The City of Santa Clarita will select a consultant who has experience in community pool design and construction consulting services for the existing Newhall Park Swimming Pool Pump Room Building Replacement Design. The consultant will site plan, assessment of existing equipment, and design of the items included in the scope of work below. It is extremely important that the Consultant work closely with City staff to successfully complete the project goals and protect the interest of the city. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF About PACE Pacific Advanced Civil Engineering, Inc. (PACE) is a specialized civil engineering firm formed in 1987 offering advanced water resource services worldwide. With over 35 years of experience, we offer a wide range of engineering services related to water, wastewater, stormwater management and water resource permitting and regulatory compliance to ensure projects are both economically viable and environmentally sustainable. Our engineering approach focuses on maximizing value by creating multi-use infrastructure systems, cost-effective phasing strategies and systems that include environmental, aesthetic and recreation uses. PACE staff members include licensed professional engineers with PhDs, university instructors and policy-makers in the water resource arena. PACE Recreational Water Brochure The PACE Recreational Water Brochure is attached to this proposal in a separate document. Primary Representative Zirang Song, MS, PE Project Manager - Vice President / Recreational Water Division Manager D (714) 481-7212 | C (714) 514-8824 zsong@pacewater.com CA Licensed PE: 69315 As the Project Manager, Zirang Song will serve as the primary representative for this project. Mr. Song has civil design/engineering experience spanning back to 1990. From concept to final design and specifications, his areas of expertise include all areas of water infrastructure including swimming pool filtration system design, lake system design, water storage, water feature/fountain design, pump station design, water conveyance, and construction management. He has specific water feature expertise in concept design, site grading, mechanical engineering design of aquatic facilities, electronic controls, telemetry, advanced disinfection systems and hydraulics. Other responsibilities include construction support and coordination. Alternate Representative Mark Krebs, PE Principal / QA/QC D (714) 481-7222 | C (714) 514-8822 mkrebs@pacewater.com CA Licensed PE: 049292 As the Principal / QA/QC, Mark Krebs will serve as the alternate representative for this project. Mr. Krebs has engineering and construction experience specific to water resources spanning back to 1988 with both public and private sector projects. His project design and construction experience includes all phases of infrastructure, grading, drainage, stormwater treatment, roadway, water, sewer, reclaimed water, storage, distribution, wetland evaluation and mitigation, and a wide range of stormwater quality experience has highly specialized background in recreational pools and water play areas, water feature engineering, including both small and large-scale manmade lakes, formal fountains, streams, and waterfalls. In addition to the responsibility of being an officer of the company and President of PACE, Mr. Krebs maintains role as Principal/Sr. Project Manager and the lead design engineer on numerous water resource projects. Moreover, with his knowledge of operational and maintenance requirements of aquatic facilities, he imparts field technical support and construction administration services for water feature projects. Past Municipal Pool Renovation Projects 1. Peak Park and Boisseranc Park Pool Improvements City of Buena Park, CA Peak Park Pool (165 feet x 65 feet) entire pool deck replacement, new ADA ramp, new pool plaster, new landscape planters, new diving boards and water slide, new pool lights and deck lighting Boisserranc pool (60 feet x 38 feet) new pool deck/pool coping, new wrought iron pool fence and gates, pool equipment relocation and renovation Agency name: City of Buena Park Public Works Contact Info: Hysun Lee Phone: (714) 562-3691 Email: hlee@buenapark.com Dates services performed: 2023 - 2024 2. William Woollett Jr. Aquatic Center Pool Re-plastering Irvine, CA One Olympic size (50 meters x 25 yards) competition pool One Olympic size (50 meters x 25 yards) diving pool One instructional pool (25 meters x 25 yards) Agency name: City of Irvine Public Works and Transportation Department Contact Info: Michael Courtney Phone: (949) 337-7017 Email: Mcourtney@cityofirvine.org Dates services performed: 2021 2024 3. City Hall Fountain Renovation City of La Mirada, CA Existing City Hall fountain renovation including reduced fountain basins, new deck and sitting area, new landscape design, equipment and piping replacement Agency name: City of La Mirada Contact Info: Tony Moreno Phone: (562) 902-2354 Email: tmoreno@cityoflamirada.org Dates services performed: 2022 2024 4. Memorial Pool and Civic Center Fountain Renovation City of Santa Ana, CA One Olympic size (167 feet x 65 feet) competition pool - assessment of the existing system and determined the minimum level of action necessary to rectify the pool's issues and reduce the City's operational and maintenance cost, audit of equipment and operations to ensure current Health codes were met. Final recommendations and design services were performed to repair the pool shell including waterproofing, plaster, fittings, lighting, and tile. Decking renovations were also recommended and the pumping system was redesigned to comply with current Health codes including a new pump as well as repair of cracks in the pump station room. A chemical storage room was also designed to provide proper ventilation. Civic Center fountain improvement Agency name: City of Santa Ana Contact Info: Kenny Nguyen Phone: (714) 647-5632 Email: knguyen@santa-ana.org Dates services performed: 2008 2011 WORK STATEMENT Newhall Park Pool Pump Room Replacement design scope includes: Task 1 Preliminary Investigation Existing site reconnaissance, existing documents review Perform a local horizontal and vertical control survey to support the topographic survey work. -foot contour interval. Provide potholing to identify the location of the existing pipelines. Drilling and geotechnical logging of two (2) exploratory borings in the area of proposed improvements. Laboratory testing of representative soil samples collected from the borings Engineering analysis of field and laboratory data Preparation of Geotechnical Report with our findings, conclusions, and recommendations Task 2 Project Management Project management, meetings, coordination among project design team, the city and agencies Prepare a project design schedule for the . Prepare a project quality control plan and implement the plan throughout the project. Task 3 Preliminary Design Prepare a preliminary site plan to indicate proposed building size, location, access, and grading. Develop a layout for the pool pump building. Generate 3D Model / color renderings for meeting/coordination/design approval and plan submittal purposes. Produce design documents that illustrate refinement of design, form, character and appearance of the overall project. Prepare a preliminary paving and drainage plan. Provide a preliminary wet utility plan that includes storm drain, domestic water, and sewer. Prepare a preliminary estimate of probable construction cost based on the program established in the preliminary design. Task 4 Construction Documents Prepare PS&E documents and provide the necessary deliverables at each specified design milestone. Plans shall be prepared, reviewed and approved in phases based on the construction phasing prepared by the Consultant and approved by the City. 4.1: Plans, Specifications, and Estimates (PS&E) Map existing utilities on project base plans based on as-builts obtained from utility companies, Underground Service Alert (USA) markings, and potholing information. Provide coordination with required utility companies to assist with any additional upgrades or services necessary to supply the project site. Prepare plans and calculations based on the proposed project construction phasing that include, but are not limited to the following: o Site Civil Plans Ώ Demolition, Grading, Paving, and Drainage Plans Ώ Grading coordination with adjacent development Ώ Wet Utility Plan Ώ Utility Composite Plan Ώ Electrical Plans Ώ Equipment Power o Building Plans Ώ Architectural Plans Ώ Structural Plans Ώ Electrical Plans Ώ Mechanical Plans Ώ Plumbing Plans Consultant shall prepare specifications in a format consistent with the latest edition of the Standard Specifications for Public Works Construction (SSPWC). For work items not adequately covered in the SSPWC, project specific specifications shall be developed. The submitted plans and specification shall be issued in a condition such that the documents are complete, fully coordinated between disciplines, and ready to be issued for plan checking. Prepare a construction cost estimate. The estimate should include a breakdown of costs for each item of work and match the bid schedule, item by item, included in the specifications. Provide electronic copy of all documents developed during the contracted period with the city. Drawings are to be developed on AutoCAD Version 2022 or equivalent and documents shall be prepared utilizing Microsoft Office Suite (i.e., 4.2: Plan Approval and Permits Receive plan check approvals from all City divisions including, but not limited to, Building and Safety, Recreation and Community Services, Park Maintenance, Parks Planning, and outside agencies such as L.A. County Fire or as needed for construction permits. Los Angeles County approvals for any associated storm drain and sanitation permits. The Consultant is to provide the City with an original and/or updated complete set of approved plans, specifications, and estimate. Construction specifications shall be written specific to the project. 4.3: Bid Meetings and Support Attend Pre-Bid meeting. Respond to Bidders questions. Write addendums in response to bidder questions and design changes. Assist in analyzing the bids to identify lowest responsible bidder. ial Inspections. 4.4: Stormwater Drainage Design (Optional Task) (T&E) Coordinate with County and City for stormwater drainage design requirements for this project, and determine the stormwater drainage design criteria, priority level etc. If required, prepare LID or SUSMP design If required, prepare preliminary storm runoff analysis subject to NPDES permit. Please note that a Storm Water Pollution Prevention Plan (SWPPP) id appilicalbe for construction activities. The preparation of the SWPPP shall be done by the project contractor. Task 5 Construction Support Optional Task If the City elects to award this phase of work, the Consultant shall assist the City during construction phase through final close-out of the project. This phase shall include, but not be limited to, the following tasks. 5.1: Construction Meetings and Support Attend Pre-Construction Meeting Attend weekly jobsite meetings and job inspection visits Prepare construction bulletins as needed Prepare construction correction notices as needed Assist with reviewing, analyzing, and advising the City on Contract Change Order requests. Meet with the City approximately once a month to report on the progress of the work. A brief written summary of these meetings shall be prepared by the Consultant and submitted to the Project Manager. Complete Sustainability Certification documentation and submittal package, if needed. Perform final review and contribute to the punch list with the contractor. 5.2: As-Built Plans Consultant shall prepare As-Built Drawings upon completion of the project and acquire the plans from the Contractor and their subcontractors. Final Record Drawing will need to be both in electronic files (CAD and PDF) and hard copies. Assumptions and Exclusions: 1. project information in a timely manner, coordination and management of other team consultants to assure that the project schedule can be met, and prompt payment of invoices in accordance with the terms and conditions included herein. The specific items that are to be provided by the Client or other consultants include the following: a. Client input pertaining to project design issues and requirements including scheduling. b. Any other data that directly impacts PACE ability to perform the design in an efficient and economic manner. 2. Any proposed project changes which affect work in progress or previously completed will be justification for additional compensation. 3. We assume all existing utilities are shown on the as-built plans in the RFP documents. 4. Due to the size of this project, we excluded construction management software for coordination and filing of construction documents. We will provide the construction documents to the city in electronic format. 5. We assume all existing pool mechanical equipment will be re-used in the new building construction. If new design for the pool equipment is required, a separate scope and fee will be submitted for approval. 6. New electrical design plans are included in the proposal because the new building will require new electrical design plans to meet current codes. We assume the current electrical power source for the existing site is sufficient and no electrical power upgrade will be required for the new building. If additional electrical power is required, a separate scope and fee will be submitted for approval. 7. No environmental documentation or support, including no environmental permitting. 8. Local government approval meetings, hearings, etc., and preparation of presentation graphics will be under separate work authorization, if required. 9. For all the data delivered to PACE for the purpose of digital mapping, including but not limited to GIS and AutoCAD, PACE requires said data be delivered in one of the recognized standard coordinate systems such as the Stateplane Coordinate System or the Universe Transverse Mercator (UTM). In addition, PACE requires all datums, vertical and horizontal, be documented in a metadata sheet and be included along with the delivered data. If the coordinate system is in erer does not have the capability to convert data into one of the recognized standard coordinate systems, PACE requires a Control Conversion document (CCD) be included in the deliverable. The CCD will include all the necessary coordinate transformation information and scale factors needed to make an not available, PACE will require an addendum to this proposal to include Time and Materials used to translate the delivered data into the appropriate standard coordinate system. 10. The fees proposed herein shall apply until one year from date of proposal. Due to ever-changing costs, Consultant will increase those portions of the contract fee for which work must still be completed after one year from date of proposal, as negotiated with the Client up to a maximum of ten-percent (10%). SCHEDULE Based on PACE's current understanding of this project from the information provided in the RFP, the following is the proposed project design schedule: Activity Start Date Finish Date CONTRACT AWARD February 2024 March 2024 PROJECT KICK-OFF MEETING March 2024 March 2024 SITE RECONNAISSANCE April 2024 April 2024 PRELIMINARY DESIGN April 2024 May 2024 CONSTRUCTION DOCUMENTS June 2024 August 2024 (65%, 95% and 100% DRAWINGS, SPECS) PERMITTING September 2024 October 2024 BIDDING AND CONSTRUCTION CONTRACT AWARD November 2024 November 2024 CONSTRUCTION November 2024 May 2025 PACE is aware of the desire to complete the design for the project as quickly as possible. We approach our projects with a mentality that if we can minimize design revisions, the project can proceed ahead more quickly. We will apply our experience with fast-paced design-build and design-bid-build projects to ensure schedule objectives are always met. SUB-CONSULTANTS PACE has been collaborating with our sub-consultants for many past projects, including municipal pool renovation projects listed in our reference projects section. Spire Structural Engineering Inc. Structural Design Spire Structural Engineering, Inc. was established in 2005 to provide structural engineering analysis and determined to provide its clients with designs that take into account cost, ease of construction, and cutting-edge construction methods to me Welton and Alexandros Bletsos, are California registered structural engineers with many years of experience in the design and analysis of various structures, utilizing computer modeling applications such as SAP2000, ETABS, and RISA3D. Spire focuses on new construction as well as structural upgrades and seismic retrofits meeting the current building code, ASCE 31/41 or other criteria. The firm has experience with all types of analysis including linear and nonlinear techniques. Nonlinear static principal also has past experience with both linear and nonlinear response history analyses. Square 1 Design Group Architecture SQUARE \[1\] Design Group is a unique form of a group design partnership that has embarked on new markets, focusing on the extensive experience of the new staff in the design of recreation developments, city/county facilities, and public schools. The firm is centrally located within Southern California. Work is generated in collaboration with the client in the field, from design sessions to construction administration. The organizational philosophy of the firm is one of a studio effort, with teams of design and technical personnel working with the Partner-in-Charge and Project Manager throughout the life of a project, from design through construction. Huitt-Zollars Survey Engineering Huitt-d surveying services to support all types of clients and projects, ranging from On-Call Surveying contracts with City, County, and State governmental agencies to developers, construction companies, Title Companies, and the real estate industry. With their state-of-the-art surveying and mapping equipment, they are able to provide clients with well-coordinated, cost- American Geotechnical Geotechnical Engineering American Geotechnical is a firm of consulting engineers and geologists specializing in geotechnical engineering, geology, groundwater hydrology, and seismology. American Geotechnical was founded in 1984 as a California corporation and provides services regionally and nationally. In addition to new development projects, their experience also includes property evaluations/risk management, moisture intrusion and groundwater studies, earthquake and fault studies, slope stability and landslide evaluations, etc. They also have significant experience in performing distress investigations and forensic studies and providing remedial recommendations to correct problems to existing structures and other improvements. TOTAL COST PACE has prepared design fee total cost and breakdown costs, together with hourly rates. Please see separate project design fee cost work sheet submitted separately. Contra Scope o $710 Costs $2,980$3,420$7,220$2,040$5,160 $33,200$26,800$54,940$17,400$15,340$18,580 $187,790 Total Task $400$400$400 $1,200 Expenses Reimburs. $710 $2,980$3,420$7,220$2,040$5,160 $32,800$26,800$54,540$17,400$15,340$18,180 Subtotal $186,590 Man-Power 3434 Consultant Geotechnical 5656 Survey Consultant 44248 22 $187,790 Project Coordinator 88 24242084 Sr. CAD Designer 88 162440244040 200 Total Fee Amount: Design Engineer 848 24802016 160 Design Engineer Electrical Estimated Manhours 0 $85 $300$260$245$250$220$185$190$175$150$145$125$105$100$290$250 Sr. Project Hourly Rate Engineer/Sr. Design Engr. 82284 121616162016 120 Project Manager 4844 1636 Engineer Description Sr. Electrical 2024 PACE Hourly Rate Schedule 22444 28772016 157 Structural Architectural / Consulting Engr. Principal Architectural/Structural Consulting Engr.Sr. Electrical Engineer/Sr. GIS AnalystProj. Mgr./Consulting Engr./Sr. I&C SpecialistSr. Proj. Engr./Sr. Design Engr.Instrumentation & Controls SpecialistProj. Engr.Elec. Design Engr./Design Engineer IISr. CAD DesignerDesign EngineerCAD Designer/GIS AnalystGraphic DesignerProject CoordinatorAdministrative Support Assistant DesignerSurvey ConsultantGeotechnical Consultant 4444 16 Principal C258 Project Data 02/08/2024 Newhall Park Pool Equipment TOTALS Work Item Description PROJECT WORKSHEET City of Santa Clarita ENGINEERING FEE ESTIMATE Project Name: Building ReplacementClient: PACE Job Number: Estimate Date: Preliminary Investigation1.1 Kick-off Meeting and Field Reconnaissance1.2 Document Research and ReviewProject Management2.1 Monthly Meetings (assume 6 months)2.2 Schedule2.3 Quality ControlPreliminary Design (Optional Task)Construction DocumentsPlans, Specs, & Estimates (60%, 90%, 100%)Plan Approval and PermitsBid Meetings & SupportSW Drainage Design (Optional) (T&E)Construction Support (Optional Task)5.1 Construction Meetings and Support5.2 As-built Plans 12345 1.11.22.12.22.34.14.24.34.45.15.2 Item No.