Loading...
HomeMy WebLinkAbout13 - Traffic Signal ModernizationCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 13 May 27, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Antony Brine, P.E., T.E. 949- 644 -3329 or tbrine @city.newport- beach.ca.us SUBJECT: Traffic Signal Modernization — Phase 1 Construction Award of Contract No. 3975 Recommendations: 1. Approve the project plans and specifications. 2. Reject the low bid received from Pro Tech Engineering as non - responsible. 3. Award Contract No. 3975 to Dynalectric for the Total Bid Price of $382,465.55, and authorize the Mayor and the City Clerk to execute the contract. 4. Establish an amount of $57,000 to cover the cost of unforeseen work. Discussion: At 10:00 a.m. on April 21, 2008, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Pro Tech Engineering $339,130.92 2 Dynalectric $382,478.81 *' 3 Steiny and Company, Inc: $395,463.00 4 Terno, Inc. $445,527.00 5 Christopher R. Morales, Inc. $482,767.00 6 California Professional Engineering $484,221.00 7 Pouk & Steinle, Inc. . $492,208.00 Corrected Bid Amount is $329,729.12 " Corrected Bid Amount is $382,465.55 The low total (corrected) bid amount is 36 percent below the Engineer's Estimate of $530,600. The low bidder, Pro Tech Engineering, possesses a California State Contractors License Classification "C -10" as required by the project specifications. However, Pro Tech Engineering's documented performances on previous contracts with Traffic Signal Modernization Phase 1 —Award of Contract No. 3875 May 27, 2008 Page: 2 the City have been unsatisfactory. More specifically, Pro Tech Engineering was awarded the Balboa Peninsula Streetlight Modifications project in June 2001. There were numerous problems throughout the project concerning inferior quality work, . uncompleted work, and incorrectly installed facilities. Examples of work performance safety problems to the City included missing ground wires, improper splices, and exposed fuses and wires. Extensive corrective work was required extending the final project completion date and resulting in costly change orders. Additionally, recent failures of that streetlight system have been traced back and attributed to Pro Tech Engineering's inferior installation including direct violations of the adopted Electrical Code. The City Council staff report, dated February 11, 2003, is attached for Council's review of the Balboa Peninsula Streetlight Modification project. In addition, a review.of Pro Tech Engineering's references, and discussions with other municipalities, has shown that other agencies have had recent similar experiences during construction. On May 2, 2008, a letter was sent to Pro Tech Engineering indicating that the Public Works Department determined it was not a responsible bidder (see attached). Staff provided the contractor the opportunity to submit detailed documents by May 14, 2008, which would dispute our findings and support their ability to perform quality work. In addition, the company was required to provide certification that all employees performing work as electricians are certified. The Public Works Department did not receive a response from Pro Tech Engineering by the May 14 deadline. Due to the history of previous contract experience and poor references received, staff recommends rejecting the low bid as non - responsible, and awarding the contract to the second low bidder, Dynalectric, as the lowest responsible bidder. Staff strongly believes that it is important to have a responsible contractor complete the construction for this first and important Traffic Signal Modernization project. The second low total (corrected) bid amount is 28 percent below the Engineer's Estimate of $530,600. The second low bidder, Dynalectric, possesses a California State Contractors License Classification "C -10" as required by the project specifications. Reference checks on Dynalectric have indicated that they are a responsible bidder. Construction work for the Traffic Signal Modernization Project — Phase 1 includes the installation of fiber -optic communications, CCTV cameras, and new traffic signal controller equipment. The contractor will install communication connections with the Central Library in advance of the installation of the new traffic signal field equipment and the new Traffic Management Center (TMC) at the new City Hall. In addition, to improve pedestrian safety within the. Corona Del Mar area, a pedestrian traffic signal will be installed at the intersection of Coast Highway and Iris Avenue. Pursuant to the Contract Specifications, the Contractor will have 100 consecutive working days to complete the work. Traffic Signal Modernization Phase 1 —Award of Contract No. 3975 May 27, 2008 Page: 3 Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the repair, maintenance and minor alteration of existing public facilities with negligible expansion. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work within the Corona del Mar Business District, two City prepared notices will be distributed by the contractor to both residents and businesses. The first notice will be distributed ten days before work in the area and the second notice 48 hours prior to starting work in the area. Geotechnical and Material Testing Services: Geotechnical and Material Testing Services are not required for this contract. Funding Availability: There are sufficient funds available in the following accounts for the project: Account Description Account Number Amount Iris Ave / Coast Hwy Traffic Signal 7281- C3002001 $ 120,000.00 Traffic Signal Modernization Ph 1 7281- C5200852 175,465.55 Traffic Signal Modernization Ph 1 7261- C5200699 $ 146,000.00 Total: $ 439,465.55 Proposed uses are as follows: Vendor Purpose Amount Dynalectric Construction Contract $ 382,465.55 Dynalectric Construction Contingency $ 57,000.00 Total: $ 439,465.55 Prepared by: Submitted by: _4_1 Antony Brine City Traffic. Engineer 0 , Attachments: List of Project Intersections City Council staff report dated February 11, 2003 Letter dated May 2, 2008, to Pro Tech Engineering I I I 7 J PHASE 1: COAST HIGHWAY & MACARTHUR BOULEVARD As part of Task 2 for the Traffic Signal Communication Master Plan and Phase I PS &E project, 21 intersections along three street segments, have been identified for traffic signal and communications improvements. This project is denoted as the Phase 1 project. The limits of work are listed below The following six intersections currently operate with 820/820A controllers and will be upgraded with ASCI3 controllers: (1) MacArthur Blvd I Bison Avenue (4) Avocado Ave I San Miguel Dr (2) MacArthur Blvd I Vilaggio (5) Avocado Ave I Farallon Dr (3) MacArthur Blvd I Ford Rd- Bonita Canyon Dr (6) Avocado Ave I Corona Del Mar Plaza J The following two intersections currently operate with Model 170 controllers in Type 332 cabinets and will be upgraded with ASCI3 controllers in Type "O° cabinets. J (7) MacArthur Blvd I San Miguel Dr (8) Coast Hwy I Goldenrod Ave ITERIS -� -NOV"-- Page 620f 117 December 2007 • Coast Highway from Jamboree Rd to Newport Coast • Avocado I San Miguel I MacArthur from Coast Highway to San Joaquin Hills Rd • San Joaquin Hills Rd from MacArthur to San Miguel The following signalized intersections are included in Phase I: (1) Coast Hwy & Jamboree Rd (13) MacArthur Blvd I San Joaquin Hills Rd (2) Coast Hwy & Irvine Terrace (14) MacArthur Blvd I San Miguel Dr (3) Coast Hwy I Newport Center Dr (15) San Miguel Dr I San Joaquin Hills Rd (4) Coast Hwy I Avocado Ave (16) MacArthur Blvd I Bison Ave (5) Coast Hwy I MacArthur Blvd (17) MacArthur Blvd I Villagio (6) Coast Hwy I Goldenrod Ave (18) MacArthur Blvd I Ford Rd- Bonita Canyon Dr (7) Coast Hwy I Marguerite Ave (19) Avocado Ave I San Miguel Dr (8) Coast Hwy I Poppy Ave (20) Avocado Ave I Farallon Dr (9) Coast Hwy I Morning Canyon Rd (21) Avocado Ave I Corona Del Mar Blvd (10) Coast Hwy I Cameo Shores Rd -Cameo Highland Dr (22) Coast Hwy/ Iris (New pedestrian signal (11) Coast Hwy I Pelican Point Dr constructed as part of Phase 1) (12) Coast Hwy I Newport Coast Dr Phase 1 is envisioned to include the design for the installation of new traffic signal controllers, CCTV cameras, and communications upgrades within the project limits. Six intersections will receive new ASCI3 controllers in NEMA cabinets, two will receive new ASCI3 controllers in new Type "O" cabinets, and thirteen will receive new Model 2070L controllers in Type 332 cabinets. Two locations have been identified for new CCTV camera deployments. The following six intersections currently operate with 820/820A controllers and will be upgraded with ASCI3 controllers: (1) MacArthur Blvd I Bison Avenue (4) Avocado Ave I San Miguel Dr (2) MacArthur Blvd I Vilaggio (5) Avocado Ave I Farallon Dr (3) MacArthur Blvd I Ford Rd- Bonita Canyon Dr (6) Avocado Ave I Corona Del Mar Plaza J The following two intersections currently operate with Model 170 controllers in Type 332 cabinets and will be upgraded with ASCI3 controllers in Type "O° cabinets. J (7) MacArthur Blvd I San Miguel Dr (8) Coast Hwy I Goldenrod Ave ITERIS -� -NOV"-- Page 620f 117 December 2007 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 6 February 11, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R,Gunther, P.E. 949 - 644 -3311 rgunther@city.newport-beach.ca.us SUBJECT: BALBOA PENINSULA STREETLIGHT MODIFICATIONS, CONTRACT NO. 3416 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 26, 2001, the City Council authorized the award of the Balboa Peninsula Streetlight Modifications contract to ProTech Engineering of Anaheim, California. The contract provided the replacement of streetlights on Balboa Peninsula under the City's fifteen -year program to convert obsolete 5000 -volt series streetlight circuits and replace aging facilities. The project provided the replacement or refurbishment of 103 incandescent lights and approximately 20,000 feet of electrical conduit and wiring on the Ocean Front sidewalk to Newport Pier, along Balboa Boulevard between Island Avenue and 2811 Street, and extending north of 32nd Street to River Avenue between Marcus and Lake Avenues. The contract has now been completed. However, there were numerous problems throughout the project concerning Inferior quality work, uncompleted work, and incorrectly installed work that presented safety problems (missing ground wires and fuses, and exposed wires) to the City. The project required City Staffs continual persistence to have corrections made by the contractor. The contractor claimed on three separate occasions to have completed the project, yet on the first two occasions, It was shown the work was significantly deficient and incomplete. The second punch list for the project was so extensive, over 500 corrective Items were shown on the 14 sheets of drawings. Through extensive effort by City Staff, SUBJECT: BALBOA PENINSULA STREETLIGHT MODIFICATIONS. CONTRACT NO. 3416— COMPLETION AND ACCEPTANCE February 11. 2003 Page 2 the contractor made most of the required corrections; however, for the two items left unfinished the contractor was charged $6,200. The extensive corrective work required extending the final project completion, consuming both staff time and resources. In the final negotiations with the contractor, the contractor was charged an additional $8,000 on Change Order No. 9 in lieu of charging liquidated damages. A summary of the contract cost is as follows: Original bid amount: $375,807.50 Actual amount of bid items constructed: 382,357.50 Total amount of change orders: 74,209.30 Final contract cost: $456,56$.80 The increase in the amount of actual bid items constructed over the original bid. amount resulted from the need for additional deeper pullboxes on Balboa Boulevard exceeding the bid item quantities. The final overall construction cost including change orders was 21.49 percent over the original bid amount. A total of 11 change orders were issued to complete the project. They were as follows: No Cost time extension setting start date of September 24, 2001 and with 140 working days from start date. 2. No cost change order splitting bid item 9 into bid items 9 and 9a. A change order in the amount of $21,000.00 provided for the installation of deep conduit at 14 locations to run beneath the storm drain. 4. A deductive change order in the amount of $1,174.14 provided reimbursement to the City for City repairs to a sewer main, bored through by the contractor's boring machine. 5. A change order in the amount of $2,890.60 provided for the modification of conduit size along Balboa Blvd. from specified 1 -1/4 inch to 1 -1/2 inch for entire run (7620 LF). A change order in the amount of $8,725.00 provided a revised power service, an additional pole reinstallation, increased service pedestal size, revised luminaire arms from 6 to 8 feet, and four additional pole reinstallations on Lake Avenue. 7. A change order in the amount of $25,000.00 provided for the boring of conduit between 35th and 38th streets and the relocation of 10 additional poles on River, 35th, 24th, and Ocean Front. SUBJECT: BALBOA PENINSULA STREETLIGHT MODIFICATIONS, CONTRACT NO. 3416— COMPLETION AND ACCEPTANCE February 11, 2003 Page 3 8. A deductive change order in the amount of $518.66 provided reimbursement for phone line repairs for the contractor's damage to the emergency phone line to a lifeguard tower. 9. A deductive change order in the amount of $14,200.00 provided for reimbursement to the City for the contractor's failure to install wire color per plan ($3000), additional reimbursement to the City for contractor's failure to install wire color per plan ($8,000, - assessed in lieu of liquidated damages), and reimbursement to the City for 16 old pullboxes that were not removed by the contractor. 10. A change order in the amount of $9,800.00 provided for additional amounts due the contractor on Change Order Nos. 6 and 7. 11. A change order in the amount of $22,686.50 provided for increased wire sizes required by the City. Funds for the project were expended in the following accounts: Description Streetlight Conversion Streetlight Replacement Oceanfront Walkway and Lighting Ateounf Nst. Amount 7014- C5200025 $39,910.82 701405300035 276,655.98 7295- C5100568 140,000.00 Total $456,566.80 The original scheduled completion date was April 10, 2002. The contract was extended by the City by change order to May 15, 2002. Due to the large amount of defective work that required correction during the punchlist phase, the work was not completed until September 26, 2002. Environmental Review: This project was determined to be exempt from California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the construction of this project was authorized by the City Council. This exemption covers the replacement or reconstruction of existing utility facilities with negligible or no expansion of capacity. Prepared by: uw R. Gunther, P.E. Construction Engineer Attachments: Submitted by: Stephen WBMum Public Works Director 1. Public Works Department Letter of August 14, 2002 2. Public Works Department Letter of July 22, 2002 August 14, 2002 A*"ms „t CITi OF NEWPORT BLACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949)644 -3311 Mike Niknafs ProTech Engineering Corporation 3855 La Palma Avenue, Suite 127 Anaheim, CA 92807 Subject: Balboa Peninsula Streetlight Modifications, Contract No. 3416 Final Punch List Drawings Dear Mr. Niknafs: In your letter of June 14, 2002 you requested a final job -walk for this project, stating that all of your work was completed. The final job -walk, began on Wednesday, July 3, 2002 and occurred over a three -week period, being completed on July 16, 2002. Over 100 hours of City staff time was invested in the job -walk and the compilation of the punch list drawings. ProTech attended only the first three hours of the job -walk on the first day of the walk. Poor Quality of Work Faultv Installations. and Unfinished Work The attached red -lined drawings detail the tremendous number of work items that were found to be installed improperly or left unfinished The number of faulty and unfinished work items was so huge that it was impractical to list them. In fact it has taken close to a month to document and assess the large number of items and to compile them on the attached contract drawings which have been marked in red with the items to be corrected or finished (over 500 items). Many of these items were brought to your attention by the inspector previously, while some were only discovered during the job -walk where all items of work were opened up for final review. The plans and specifications were clear as to the work items to be performed and you did not indicate that you were unable to understand the plans and specifications. However, the large number of defects in installation and unfinished work demonstrates that ProTech's quality of work was severely lacking and that ProTech did not follow the plans and specifications for the project. Safety Concerns Potential safety hazards were confronted by City staff performing the job -walk (e.g. missing ground wires in street light poles) and there are numerous substandard or unfinished items that may present safety hazards for the City in the future. Proiect ComRlletion Due to the extensive nature of the faulty and unfinished work and related safety issues, we are concerned with ProTech's ability to complete this project. ProTech's work is not complete as a .J -Tech Engineering Corporation Final Punch list Crawings Page 2 of 2 claimed. The contract start date for the work was September 24, 2001 and the contracted completion date was April 10, 2002. This date was extended through approved change orders and non -work days to May 13, 2002. Since the work is not complete, ProTech is liable for the contracted liquidated damages of $500 per day since May 13, 2002. Please review the punch. Est drawings and contact Rob Masters at 949 -644 -3312 by Wednesday, August 21 to discuss your schedule for completion of this project. If ProTech is unable to complete the work per the contract plans and specifications, the City will make arrangements for another contractor or the bonding company to complete the project. Sincere,y, Bill Patapoff City Engineer R Gunther Construction Engineer Attachments; Synopsis of Safety Items and Select Items Punch List Drawings, Red -Lined Cc: Steve Badum, Public Works Department Mike Sinacori, Project Manager Rob Masters, Senior Project Inspector Herb Wollerman, Utilities Dan Ohl, Deputy City Attorney Steven Itagaki, Tetra Tech ASL Consulting Engineers Gulf Insurance Company, Surety Bonding Company F: \1JSERSIPBW\4h=dCont=tslFY 00.01\0alboa Peninsula Street Light Modifica0ans C- 34MLfr22- ProTeckdoe Synopsis of Safety Items and Select I #ems from Punch List Drawings (see attached 14 plan sheets) A. Potential Safety Concerns. 1. Electrical ground wire is missing in Type I and Type II street light poles. All poles are required to have a ground wire connection up the pole to connect to the . luminaire as per note 6 on sheet 14 of the plans. The work as installed is a safety hazard. 2. Electrical wires in street light poles are wrong color throughout the project. Color of electrical wires up poles are to match those of the wire colors specified for the circuits as per note 6 on Page, 14 of the plans. (Either a black and red wire or a blue and a yellow wire). The two black wires currently installed in poles do not meet this specification. The color - coding of circuits is a current City utilities safety requirement and was clearly called out on the plans. 3. Electrical wires in conduit are wrong colors throughout the project. Colors of electrical wires in conduits are to be as specified on note 15 of sheet 1 of the plans and Section 307 -14 of the specifications. The color - coding of circuits is a city utilities safety requirement and was clearly called out on the plans and was clearly called out on the plans. 4. Bare wire is exposed on terminal strips in numerous locations and needs to be shortened. Electrical shorting can occur and is a safety hazard. 5. Color- coding of phase -wires changes color in pull boxes at noted locations. This is not per specification and is a safety hazard. 6. Many fuses were wrong size or missing - City staff has now installed the missing fuses. 7. Light pple at 28th St. is in contact with an overhead wire and may be a safety hazard. 8. Circuit feeds are mis -wired and not per plan on sheet 12 and maybe a safety hazard. B. Other Selected Items 1. No Certified Payrolls were ever received during the project to verify the payment of prevailing wages as required in the contract "Instructions to Bidders." . 2. Grout caps at poles need to be removed and reformed 6 inches wide per plan sheet 14. 3. Landscaping repairs are incomplete and unacceptable, particularly along all of the median islands on Newport and Balboa Blvds. Bushes were chopped out of the way and not replaced. Damaged irrigation lines and heads need to be replaced to working order. 4. Sidewalk repairs are unacceptable. Note 11 on Page 1 of the plans calls for entire sidewalk panels to be replaced wherever sidewalk work occurs. The low quality, poorly .finished patches are to be removed as shown on the attached plans. 5. As -Built drawings were not submitted monthly as required and no final As- Builts have been submitted for the project. 6. Written one -year guarantee for all installed materials has not been submitted. The above list is only a small synopsis of the some of the major items of work remaining to be done. All of the numerous items as detailed on the marked -up punch list drawings attached must be corrected and finished for the project to be complete. — ....----- ^1 an.....__.... w,,.,.,.. a,_.._ _O__:__n_ I:_� - -- r 'At cu+..........w:. A.w. July 22, 2002 CITY OF NEWPORT BEACH'G =���° PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. P.O. BOX 1768, NEWPORT BEACH, CA 9265 &8915 X949)644 -3311 Mike Niknafs FAX: 714 -281 -6829 ProTech Engineering Corporation 3855 La Palma Avenue, Suite 127 Anaheim, CA 92807 Subject: Balboa Peninsula Streetlight Modifications, Contract No. 3416 Dear Mr. Niknafs, The phone line serving the Lifeguard Tower at 13th Street has been out since approximately June 22, 2002. The line and conduit were damaged directly at the location of the new streetlight foundation constructed by your crews as part of your work. We have requested on several occasions, including by phone last week, that you repair this damaged line. Lack of phone service to the Lifeguard Tower has presented a serious life -safety concern, since the lifeguard at Tower 13 may not be able to communicate with other towers, headquarters, or with medical personnel in an emergency. . Since we did not receive a response from you to our phone calls last week, we are having the repairs made by another contractor today. Our intentions are to bill ProTech Engineering for this work. Sincerely, A df R. Gunther Construction Engineer Cc: Bill:Patapoff, City Engineer Mike Sinacori, Project Manager Rob Masters, Senior Inspector Dan Auger, Telecommunications Herb Wollerman, Utilities CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director May 2, 2008 Mike Niknafs, President ProTech Engineering Corporation 3535 East Coast Highway, # 325 Newport Beach, CA 92625 Subject: Traffic Signal Modernization Phase 1 Contract Bid Dear Mr. Niknafs, The City has reviewed your Bid Proposal dated April 21, 2008 in regards to the Traffic Signal Modernization Phase 1 project. As you are aware, your company was the low bidder with a corrected bid of $339,130.92. As part of the City's consideration of the bid on all projects to be awarded, the Public Works Department performs an analysis to determine whether the low bidder is a responsible bidder. The term "responsible bidder" is legally defined as a bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity, and experience to satisfactorily perform the public works contract. In conducting our analysis, the Public Works Department has found evidence that we believe supports a determination that your company is not a responsible bidder as defined by law. Specifically, as part of our analysis, our department contacted the references included in your bid submittal as well as other municipalities whom your company has performed work for in the past. We have also reviewed our department's contract files related to previous projects completed by your company for the City of Newport Beach. Based upon this analysis, the Public Works Department is planning to reject your bid as submitted on April 21, 2008. It is our determination that your company is not responsible because your past performance has failed to demonstrate that your company has the requisite experience to satisfactorily perform quality work. Attached is a City Council Staff Report dated February 11, 2003 outlining the issues of inferior quality work, faulty installations, and unfinished work that presented quality and safety problems to the City. That contract required excessive amounts of City staff oversight and inspection. In addition, there have been continuing problems and equipment failures related to that project that have necessitated the City to repair and 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 TPIPnhnnP- fQdQl rdd_.RRI I .Fay lOAOI C.n A -QQI a ...,...... replace equipment that has failed subsequent to the contract completion. Our discussions with other municipalities have been in regards to recent contract work by your company. These conversations have confirmed our concerns regarding work quality and safety issues. Other cities have indicated that they have had the following problems including: safety issues related to improperly installed traffic control, contractor installing previously -used materials, extra inspection requirements, contractor completing and billing for unapproved work. Pursuant to law, you have the opportunity to rebut this adverse evidence and present detailed information that can attest to your ability to competently complete the contract work with no project delays, using quality equipment and materials, and properly trained personnel. Pursuant to California Labor Code 3099, certification is required for all persons who perform work as electricians for contractors licensed as Class C -10 electrical contractors. Proof of certification shall be provided to the City for all individuals working on the project. If you would like to submit the required certification documents, and evidence regarding your company's ability to perform quality work for our consideration and the City Council's consideration, please submit this information by May 14, 2008. If you have any questions about this matter, please contact me at (949) 644 -3329 Sincerely, Antony Brine, P.E., T:E. City Traffic Engineer Attachment: City Council Staff Report dated February 11, 2003 Cc: Steve Badum, Public Works Director Dave Webb, Deputy Public Works Director /City Engineer Aaron Harp, Assistant City Attorney Brad Sommers, Senior Civil Engineer