Loading...
SR-506-003-04 PCD:SF:EG:f:\plan\admin\ccreport\pedxdesign Council Meeting: September 14, 1999 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Recommendation for the City Council to: 1) Authorize the City Manager to Negotiate and Execute a Contract with Berryman & Henigar, Inc. for an amount not to exceed $350,000, including contingency, to Prepare Construction Drawings and Specifications for Various Crosswalk, Median and Parking Improvement Projects; and 2) Authorize the City Manager to Negotiate and Execute a Contract with CBM Consulting, Inc. for an amount not to exceed $225,000, including contingency, to Provide Project and Construction Management Services. INTRODUCTION This report recommends that the City Council take the following actions: 1) Authorize the City Manager to negotiate and execute a contract with Berryman & Henigar, Inc, for an amount not to exceed $350,000, including contingency, to prepare construction drawings and specifications for crosswalk and median improvements on Montana Avenue, Neilson Way, Ocean Avenue and Barnard Way, and parking improvements at Lot 9 and other locations; and 2) Authorize the City Manager to negotiate and execute a contract with CBM Consulting, Inc. for an amount not to exceed $225,000, including contingency, to provide project and construction management services. BACKGROUND On June 29, 1999 City Council authorized staff to proceed with the selection of a firm to prepare construction drawings and specifications for crosswalk enhancements on Montana 1 Avenue, Neilson Way, Ocean Avenue and Barnard Way. Council also directed staff to accelerate the design and construction time frame to implement the improvements as quickly as possible. In response, the recommended approach brings the construction manager in at beginning of the design process to help streamline the development and packaging of bid documents. Planning and Community Development Department (PCD) staff will take the lead in managing these projects. Several other projects also require the development of construction drawings and specifications within a very short time frame and staff is recommending that the same engineering firm also perform this work. The City has made a commitment that Main Street Lot 9 reconstruction will begin in January and be completed by March 2000. In order to maintain this commitment, the development of construction drawings must proceed immediately. The Department also requires design services to restripe and provide additional on-street parking spaces on Third Street, north of Wilshire Boulevard, and Fourth Street between Wilshire Boulevard and California Avenue. These improvements are th required mitigation for the 4 Street Housing Project and will be funded by project funds. Design of the Neilson Way permanent median improvements are recommended at this time to coordinate with the Neilson Way sewer replacement project that will be commencing in January 2000. The sewer replacement project will require Neilson Way to be excavated and result in removal of the current temporary median asphalt berms. These temporary medians were installed as a demonstration project to slow traffic and improve safety. 2 Evaluation of the new configuration shows that traffic speeds, on average, are seven miles per hour slower. Staff is recommending the temporary measures become permanent. If Council concurs, it would be cost effective and less disruptive to install permanent medians in coordination with the sewer installation project. In order to meet the projected resurfacing schedule, funds for the construction drawings and specifications will be funded by the Crosswalk Improvements Account. Design and construction management for this work is estimated to be $100,000. Construction and landscaping of the permanent medians are estimated to cost $650,000. CONSULTANT SELECTION PROCESS Requests for proposals for design services were sent to three pre-qualified engineering firms on August 4, 1999. Two consultant teams responded with proposals on August 18, 1999. Requests for proposals for project and construction management services were sent to four firms on August 3, 1999 and four responses were received on August 16, 1999. Berryman & Henigar is recommended for the engineering design services based on experience with similar projects, approach to the project, and experience of key project personnel. The Berryman & Henigar team also includes Katz, Okitsu & Associates, Richard Fisher & Associates, and A. Istanbullu & J. Kaliski Architecture and City Design (AIJK). CBM Consulting, Inc. is recommended for project and construction management services based on an excellent record of performance with other public agencies, reasonable fees and experience of key project personnel. 3 SCHEDULE The design process will commence immediately. The design consultant and the project/construction manager will expeditiously explore ways to accelerate the schedule and develop bid packages to improve upon the 21 month schedule and March 2001 completion date that was reported in the June 1999 Council Report. It is necessary to have advise from both consultants before staff can commit to accelerating all or components of the crosswalk improvements. Staff will report to Council within 60 days of consultant selection on project scheduling. BUDGET/FINANCIAL IMPACT The total amount of budget authority requested is $575,000, including contingency. The funding allocation for preparation of construction drawings and specifications is $350,000, including contingency. The funding allocation for project and construction management is $225,000, including contingency. Funds have been identified from the following budgeted sources: Crosswalk Improvements $159,043 ? (C20045600) Crosswalk Improvements $361,957 ? (C01045600) Parking Lot #9 Reconfiguration $50,000 ? (C01071100) Com. & Econ. Develop./Capital Improvement $4,000 ? (C17004599.589000) 4 Total Funding $575,000 RECOMMENDATION Staff recommends that the City Council take the following actions: 1. Authorize the City Manager to negotiate and execute a contract a contract with Berryman & Henigar for an amount not to exceed $350,000, including contingency, to prepare construction drawings and specifications for various crosswalk, median and parking improvement projects. 2. Authorize the City Manager to negotiate and execute a contract with CBM Consulting, Inc. for an amount not to exceed $225,000, including contingency, to provide project and construction management services for various crosswalk, median and parking improvement projects. Prepared by: Suzanne Frick, Director Ellen Gelbard, Deputy Director Andy Agle, Deputy Director Lucy Dyke, Transportation Planning Manager Planning and Community Development Department 5