Loading...
HomeMy WebLinkAbout6. CSAH 101 Bridge Enhancements Design Proposal #(:; CITY OF SHAKOPEE MEMORANDUM CASELOG NO: Not Applicable TO: Shakopee Economic Development Authority (EDA) Mark McNeill, City Administrator and Executive Director for the EDA FROM: R. Michael Leek, Community Development Director SUBJECT: CSAH 101 Bridge Enhancements Design Proposal MEETING DATE: October 17,2006 INTRODUCTION: Earlier this year the Council received a briefing on the CSAH 101 construction schedule. This year's project, which involved that stretch from the bridge to CSAH 17/Marschall Road was completed this year. Replacement of the bridge is planned for next year, and the County is proceeding with design work for the bridge. If the Council wishes to have any bridge enhancements included in the project, it will need to provide that input to the County soon. DISCUSSION: Staff had sought a proposal from Boonestroo, Anderlik and Rosene (Boonestroo) to develop design concepts for CSAH 101 and the bridge. Because that proposal proved to be very expensive, staff asked that Boonestroo go back and develop a proposal for design services related only to the bridge project. A copy of the proposal that was submitted is attached for the Council's information. Total cost ofthe design proposal is about $23,000. It is contemplated that the actual cost of bridge enhancements could come from the fund balance, as a component of the enhancement is a monument noting the entrance into the older, developed core of Shakopee. ALTERNATIVES: 1. Offer a motion directing the appropriate City officials to enter into an agreement with Boonestroo, Anderlik and Rosene for bridge enhancement design services not to exceed $23,000, including construction documents, bidding services, and contract administration services. 2. Offer a motion directing staff to develop enhancements strategies in-house, and bring them back to Council for approval. 3. Provide staff with other direction. C:\Documents and Settings\THuber\Local Settings\Temporary Internet Files\OLKA5\CSAH 101 1 Design Proposa1.doc 4. Table the matter for additional information. ACTION REQUESTED: Offer and pass a motion giving staff direction consistent with Council's wishes. R. Michael Leek Community Development Director C:\Documents and Settings\THuber\Local Settings\Temporary Internet Files\OLKA5\CSAH 101 2 Design Proposal.doc J:lf Bonestroc> 2335 West Highway 36 · St. Paul, MN 5511 3 -=-. Rosene Office: 651-636~4600 · FaX; 651"',636-.131 1 111Ande~lil< & mWWW.bonestroo.com AssocIates Engineers & Architects September 28, 2006 Mr. Mal'k McNeill City Administrator City of Shakopee 129 South Holmes Street Shakopee, MN 55379 RE: First Avenue/CSAH 101 Streetscape and Bridge 5944 Aesthetic Design Services Dear Mark: Thank you fot this opportunity to propose our professional planning and design services for the First Avenue/CSAH 10 1 Streetscape and Bridge 5944 Aesthetics Project. This letter presents our understanding of the project, our proposed scope of services, and professional services fees. Selected project examples are also included as an attachment to this proposal. Project Understanding Scott County has been reconstructing CSAH 101 ftom Marschall Road to Bridge 5944 during the summer of 2006. This reconstruction is focused on the roadway and its underlying utilities, with improvements from the back of curb to the edge of the right of way occurring at a later date under a separate project. The County will also replace Bridge 5944 in the summer of 2007. Bonestroo is currently completing the plans and specifications for this bridge replacement, with bidding anticipated in Januat.y 2007. We have also designed the entry colonnade and entry monuments for the Huber Park improvements to reflect historic Shakopee precedents, and therefore can begin this project with advanced. knowledge. The City of Shakopee wishes to enhance the CSAH 10 l/First Avenue entry into the city with aesthetic improvements along the corridor from Bridge 5944 to Marschall Road. Planning and design for these improvements will fall into two primary areas: 1. Conceptual planning and design for aestheticenhancement$ to Bddge 5.944 (Al'ea A). 2. Conceptual planning and design and constl'Uction documents fot' the approximately 1000' long segment ofCSAH 101/First Avenue from Bridge 5944to Marschall Road (Area B). · St. Paul, St. Cloud, Rochester, Willmar, MN · Milwaukee, WI · Chicago,IL Affirmative Atll/,"/~ql!al OJlPQftllnlty Employer and EmJlIQyee Owned M1: Mark McNeill S({pteiltber 28, 2,006 CityAdl1li1iistmtor pqge 2 CityofSlrakopee Consultant Scope of Basic Services The planning and design of this project will requite professionals in the areas of landscape architecture, civil, structural, and electrical engineering. Bonestroo will provide all services in- house. TASK 1: BASE DRAWING INFORMATION AND SITE ANALYSIS Area A: Based on our current bridge project for Scott County, we already have base map information fot Area A and no additional information is required. Area B: We propose to use the existing Bonestroo and Scott County survey data being used for the utility and road reconstruction project as the basis fot the design between Bridge 5944 and Marschall Road. If the existing Bonestrooand Scott County survey information does not extend to the limits of the right of way, some additional survey work may be required. This work could either be provided by Scott County or we could perform the surveying as an additional service. Under this task, we will also create a photo inventory of the existing conditions and identify unique opportunities and project constraints. Task 1 Deliverableso' . Base dtawings for each area with the appropriate level detail required for each . Photo inventory and opportunities and constraints analysis . One meeting with City staff TASK 2: DEVELOP AESTHETIC IMPROVEMENTS CONCEPTALTERNATIVES Area A: Based on the study completed in Task 1, we will develop several alterative aesthetic impl'Ovements concepts for Bridge 5944. These aesthetic concepts will address the bridge abutments and wingwalls, superstructure, railings, monumentation, and lighting. Concepts will be presented in rendered plans, sections. and elevations depicting the pl'Oposed improvements. Area B: Again, based on the study completed in Task 1 and consistent with the aesthetic development for Area A, we will develop several alternatives for aesthetic improvements along the corridor. Improvements will addl'ess sidewalks/trails along the corridor, monumentation, lighting, landscaping, and street furnishings. Concepts will be presented in rendered plans, sectiol1s. elevations, and enlarged area studies depicting the proposed improvements. We pl'Opose to review the concept alternatives with City staff and the City Council. Task 2 Deliverables: . Two or three Aesthetic Improvements Concept Alternatives . Two meetings with City staff . One presentation to City Council .. St. Paul, St. Cloud, Rochester, Willmar. MN · Milwaukee, WI · ChiCago, IL Afflrmatlv9 A(t1on/Equal Opportunity EmploV\!t and. Employee Own\!.cl Mr. MarkMcNeill September 28, 2006 City Administrator PageS City oj Shako/Jee TASK 3: DEVELOP LOCALLY PREFERRED ALTERNATIVE Comments received on the Concept Alternatives will be incorporated into the development of a Locally Preferred Alternative. A preliminary Opinion of Probable Construction Cost will be prepared for the Locally Preferred Alternative. This information will then be reviewed with City staff and presented to the City Council for review and approval. Task3 Deliverables: . Locally Preferred Alternative . Preliminary Opinion of Probable Construction Cost . One meeting with City staff . One presentation to City Council TASK 4: CONSTRUCTION DOCUMENTS Area A: Bonestroo is currently preparing construction documents for Bridge 5944 under a contract with Scott County, and the aesthetic details on the bridge for the Locally Preferred Alternative will be incorporated into those drawings and special provisions. We have anticipated the level of detailing will not exceed that previously proposed to Scott County, so no services are proposed under this project. However, if the City wishes to have monuments or lighting offof the bridge itself, or additional aesthetic detailing on the bridge, a contract amendrtlent will need to be negotiated with either the City or County for this work. Area B: We will prepare construction documents based on the approved conceptual design documents and preliminary Opinion of Probable Construction Cost. The construction documents will detail the requirements to construct the project and will include drawings and specifications that establish in detail the quality levels of materials and systems requited for the project. During the Construction Document preparation, with asSistance from the City, We will develop and prepare bidding and procurement information which describes the time, place, and conditions of bidding; advertisement for bids; bidding forms; the form of agreement between the City and the Contractor; and, the Conditions of the Contract for construction. The construction documents will consist of the project manual that includes the Conditions of the Contract for construction, specifications, bidding requirements and other documents as may be necessary for the complete and proper execution of the project. The construction documents and final construction cost estimate will be submitted for review and approval by the City. We will help the City file the required documents for the approval of governmentalagencies/authorities havingjurisdiction over the project. We anticipate four meetings in the construction document phase with City staff, SCOtt County, SPUC. and others. TASK 5: BIDDING SERVICES Area A: Bidding services for Bridge 5944 are not covered under our existing contract with Scott County. We anticipate that Scott County will be providing these services. · St. Paul,St. Cloud, Rochester, Willmar, MN · Milwaukee, WI . Chicago,IL Affirmative Action/Equal Opportunity Employer and Employee Owned Mr. Mark McNeill September 28, 2006 City Admillistl'fttor Page 4 City ofShakopee Area B: Bonestfoo will prepare and distribute the advertisement for bids. We will also prepare and distribute bidding documents, inc1udingdrawings and specifications. to prospective bidders. A log of bidding document distribution will be maintained. We will prepare responses to questions from prospective bidders and provide clarifications and interpretations of the bidding documents to all prospective bidders in the form of acidenda. At the City's direction, we will organize and facilitate a pre-bid conference for prospective bidders. Bonestroo will be responsible for organizing and conducting the opening of bids. We will analyze all bids received and, based on the qualified low bidder, provide written recommendation for contract award. We will help the City prepare Owner/Contractor Contract(s) for the contract(s) awarded. TASK 6: CONTRACT ADMINISTRATION SERVICES Area A: Contract Administration Services for Bridge 5944 are not covered under our .existing contract with Scott County. We anticipate that Scott County will be providing these services, Area B: This phase commences with award of the initial contract for construction and terminates with issuance to the City of the final certificate for payment. Bonestroo will represent the City during the Construction Phase and will advise and consult with the City. We will serve as the sole source of written communication between the City and Contractor. Based on the construction schedule furnished by the Contractor, we will make periodic site visits to review progress and quality of work and conformance with the contract documents. We will facilitate regularly scheduled construction progress meetings and prepare minutes of these meetings to distribute to the City, Contractor and project design team. We will review all certificates forpayrnentand.based On observed consuuction progress, determine if the amount requested. is. accurately represented. We will provide. written recommendation to the City indicating approval of the cet.tific~te for payment orrea$OtlS for reducing the amount requested if that is deemed appropriate. We will see that alll'equired lien waivers and otherrequired forms are received. Bonestroo wi11l'eview and approve shop drawings, samples and other Contractor submissions. Work that is not in conformance with the contract documents will be rejected. In this instance, written notification wiUbeprepared and distributed to the . Contractor and City. We will also prepare necessary proposal requests and. change orders. We will coordinate the final inspections with the Contractor and prepare a pre-final inspection report listing items requiring additional work to be in compliance with the contract documents. A certificate of substantial completion will be issued. · St. Paul, St. Cloud, Rochester, WHlmar, MN · Milwaukee, WI · Chicago. IL Affirmative Action/Equal OpportunltyElIlployerand EmployaaOwnad Mr. Mark McNeill September 28, 2006 City Admillistrator Page 5 City of Shako pee Wh~nall conditions of the contract documents have been completed by the Contractor, we will l'eviewand recommend payment of final certificate for payment. Additional Services Any services not covered in the previous paragraphs maybe provided, as an additional service, only if specifically l'equested and authorized in writing by the City. Forexarnple, as an additional service. we could provide transportation engineering services for lane reconfigurations,access control modifications, and other traffic/tmnspottation modifications, but we understand that those services are not being requested for this proposal. Compensation Our services to the City will be coordinated with work included in our contract with Scott County. We currently have included $5,500 for aesthetic investigation during preliminary design and$5,QOO for incorporation of aesthetic details during final design. We have assumed that a.esthetic investigations will be deleted from oUr contract with the County but that the final design services will remain in that contract. The proposed fees below reflect this understanding. We propose to be compensated for the services outlined in the above scope of basic services on a lump sum not to exceed basis as follows: Task l: Base Drawing Information and Analysis..........................................,..,.......,.;.;.........$1,800 Task 2: Develop Acsthetic Improvements Concept Alternatives ......................................$10,200 Task 3: Develop Locally Preferred AIternative...................................................................,$2,400 Task 4: Construction Documents....................................................................... To be negotiated* Task 5; Bidding Services ....................,...............,.................................................... To be negotiated * Task 6: Construction Phase - Contract Administration Services......................Tb be negotiated* Subtotal Tasks 1-3...,."'...;........... ........ ........ ...... ...........,..... ...... ........... ............. ......... ."'........ .$14,400 Reimbursable Expenses. ............. ... ...... ....... ............. .... ...... ........ ........ ................... ............. ....... .$800 Estimated Lump Sum Total,.......... ...,........,... ...... ............. .................. .......... ...... .... ..... ........ .$15,200 *Please note that we propose to negotiate services for Tasks 4-6 after the Preliminary Opinion of Probable Construction Cost is developed. This will allow us to better scope the level of effort and provide the best value to the City. We anticipate that Tasks 4 and 5 would be either lump sum or a percentage of construction l'\nd that Task 6 would be hourly. · St. Paul, St. Cloud, Rochester, WIJlmar, MN · Milwaukee,WI · Chicago, IL Afflr.m~(lveAcllon/eq~~1 Opportunity Employer ~nd employee Owned Mr. Mark Mr:NeJtl September 28, 2006 City Administ1'4tOf Page 6 City llfShakopee CQIitract If this proposal is acceptable to the City. we will pl'eparean Agreement Extension to our existing contract with the City to perfol'm this work. 1 welcome any questions you may have. If you would like to discuss our proposal further. you can reach me at (651) 604-4861. I look forward to working with the City on this exciting project. Sincerely. ,BONESTROO. ROSENE, ANDERLIK & ASSOCIATES. INC. ~l!Z- Stuart M. Krahn. R.L.A. Project Manager Enclosures - St. Paul, St. (Ioug, Rochester, Willmar, MN - MHwctukee, WI -Chicago, IL AfflrmatlveActlon/.E'qual Opportunity Employer and Employee Owned