Loading...
SR-CC/RA-1 (3) Cmtra cf::/F 7'f1 ~(RA-5) Cl. '" RA ..,/ (pmR net m. htrv ~ EPWM CP AA BZ rs S \sp1709\cc1709aw City Council Meeting November 24. 1998 Santa Monica. California TO Mayor and City CouncIl Chairperson and Redevelopment Agency Members FROM City Staff Redevelopment Agency Staff SUBJECT Recommendation for the City CouncIl to Award A Construction Contract for the PICO Boulevard Streetscape Improvement Project and for the Redevelopment Agency to Authorize the Executive Director to Negotiate and Execute Contracts for the Construction and Construction Management of the PICO Streetscape Improvement Project I ntrod uctlon This report recommends that the City Council award a contract for the construction of the PICO Boulevard Streetscape Improvement Project to Terra-Cal Construction. Inc, the lowest responsible bidder. In the amount of $4,076.379 This report also recommends that the Redevelopment Agency (RDA) authorize the Executive Director to negotiate and execute contracts for (1) construction of the PICO Streetscape Improvement Project With Terra-Cal Construction. Inc, and (2) construction management services for the PICO Boulevard Streetscape Improvement Project With DMR Team, Inc In an amount not to exceed $314.295 Back~round The proposed project area for the PICO Streetscape Improvement Project IS PICO Boulevard 1 CC--ru "I ~ DEe - 8 818 from Ocean Avenue to the easterly City limit In January 1997. the City Council and the Redevelopment Agency Issued resolutions approving the Implementation of the Commercial Streetscape Program. and approving a Reimbursement Agreement between the City and the Redevelopment Agency The RDA contracted With Kathenne Spitz Associates to develop a final design plan for the PICO Streetscape project and to prepare construction drawing and speCifications The key components of the streetscape plan are new street trees, replacement of a portion of the eXisting sIdewalk With Interlocking paving stones. new pedestnan lights and street lighting condUits, landscaped medians. replacement of the eXisting cemetery fence adjacent to PICO Boulevard With a new chain link fence. and Installation of an art project consisting of lights (artistic and functional) and a mural at the freeway underpass near Centlnela Avenue Damaged curbs. and gutters, and sidewalks will be replaced as part of thiS project Street I1ght CirCUits will be updated from serral CirCUits to multiple CirCUits Construction IS scheduled to begin January 4. 1999 The project construction completion date IS In November 1999 On May 5. 1998, the CIty CounCil reViewed and approved the desIgn for the project. but requested that additional landscaped medians, pedestrian lights and trees be Included In the design for the entire project site to be reViewed and approved In conjunction With award of the construction bid ExhibIt A shows these design elements as Incorporated Into the PICO Streetscape Improvement Project The cost of the additional trees, medians. and pedestrian lights IS $505,800 2 The City Council also directed staff to determine the cost of Installing slgnage for U-turns, the cost of constructing fence around the circumference of the Cemetery and the public process required for the design and construction of the fence The cost of the U-turn slgnage IS estimated at $3,300 The cost of the remaining portions of the Cemetery fence IS estimated at $475.000 The publiC process for the deSign and construction of the Cemetery fence Involves a minimum of three community meetings and public workshops With the users, the neighbors and City staff DIScussion Construction Contract The Notice InViting Bids was published In the Los An!=jeles Times on September 17 and 18, 1998 The Notice InViting Bids. along With the plans and specifications was also submitted to four construction Journals. and was sent to SIX women/mlnonty bUSiness enterpnse (WMBE) aSSOCiations Bid packages were requested by 28 contractors The City Clerk's Office received SIX sealed bIds which were publicly opened and read aloud on October 19, 1998. by the Deputy City Clerk The bid results were as follows Contractor Total Bid Terra-Cal Construction. Inc $ 4,076,379 Valley Crest $ 4,357,290 3 - ---- Geoscene Landscape $ 4,378,245 Sequel Contractors, Inc $ 4,598,606 Los Angeles Engmeenng, Inc $ 4,923,141 Gnfflth Company $ 5,941,336 City Engineer's Estimate $ 4,100,000 Terra-Cal Construction, Inc, with the lowest bid of $4,076,379 IS recommended as the firm to receive the award of contract The firm supplied the City with the names of recent similar projects City staff contacted representatives of several projects Including the cities of Garden Grove, Culver City, Burbank. Paramount, and Santa Clanta. and Caltrans Projects for those organizations Include Brookhurst Street Median Improvements (City of Garden Grove), landscaping the 1105 FWY and the 1405 FWY (Caltrans), the Natural Trail project (Culver City), McCambridge Park Improvements (City of Burbank), Somerset Boulevard medians Improvement (City of Paramount), and Soledad Canyon Road median landscaping (City of Santa Clarita) All references reported that the Contractor's work was satl sfactory The State Contractors' License Board verified that the Contractor's license IS current, active, and In good standing In addition. since approximately 29% of the contract IS electrical work, the City contacted representatives from other projects regarding the performance of the electrical subcontractor (LA Signal) performance City staff contacted Caltrans and the cities of Pasadena and Garden Grove All references reported that LA Signal's work was satisfactory City staff also checked the State's debarment (disqualified 4 - -- - - contractors') list Neither Terra-Cal Construction nor their subcontractor (LA Signal) are on this I1st After the bids were opened. two letters of protest were presented to the City The Center for Contract Compliance protest raised Issues regarding nonpayment of prevailmg wages m 1995 on a City of Chino Hills public works project In which Terra- Cal was pnme contractor Terra-Cal response was that the company made restitution In the amount stated In the Notice of Payment Due from the State of California Labor Commissioner Nancy Meadows of the City of Chino Hills said that the City did not check certified payrolls However, the Center for Contract Compliance Inspected the certified payrolls that resulted In a Jetter for the State Labor Commission to Terra-Cal requesting payment She also said that T erra-Cal made restitution and compiled with the terms of the contract and their work product was satisfactory The City of Chino Hills has used T erra-Cal since the construction of this project The second protest raises Issues regarding current litigation on a City of Palmdale public work project and a nonpayment of prevall1ng wages In 1995 on a State Department of Transportation project In that Terra-Cal was pnme contractor Terra-Cal indicated to the City that the Palmdale project IS In litigation Terra-Cal filed a laWSUit against the City of Palmdale for delay costs of $150.000 Staff discussed the project with Ken Linhardt, Palmdale project construction manager He said that the project IS 5 almost complete and he has no knowledge of any problems with prevailing wage complIance Mr Linhardt saId that he IS unable to provide more Information because of pending litIgation Terra-Cal settled the labor claim (nonpayment of prevailing wages) with the State Department of TransportatIon and made payments to the State The State Department of Transportation (Caltrans) continues to award projects to Terra-Cal In 1997, Terra completed a landscape project for the State at the I 105 and I 405 Freeways Caltran's project Inspector said that the project IS In the plant establishment stage and the contractor has complied with the prevailing wage requirements Staff made further InqUires with the State Department of Transportation (Caltrans) labor Compliance OffIce Robert Traynor of Caltrans Labor Compliance Office said that Terra-Gal IS a good contractor A few years ago they had a problem wIth mlsclasslflcatlon of employees. but this was cleared up without any penalties from Caltrans Mr Traynor said that LA Signal. electrrcal subcontractor, continues to do work for the State Mr Traynor said that while LA SIgnal has had some labor problems on State jobs In the past. ItS recent record appears to be Improving and LA Signal IS paYIng prevailing wages on State projects ConstructIOn Management A Request for Proposal (RFP) for constructIon management services on the PICO Streetscape Improvement Project was Issued on September 15, 1998 Responses were 6 receIved from three (3) firms A staff committee Including representatives from Planning and Community Development and Environmental and Public Works Management Departments was formed to review the responses and Interviewed all three firms Selection cnterla Included whether the respondent showed an understanding of the work and planned approach, extensive experience With similar work. qualifications of staff. expenence With prevailing wage requirements for Federal projects and disputes. Including the review of certIfied payrolls and conducting employee Interviews. and ability to meet tight times schedules With a minimum amount of change orders dunng construction The reView committee recommended the firm of DMR Team, Inc for the construction management services for this prOject This work Includes overseeing the contractor dunng the construction penod to ensure that the contractor conforms With plans and speCificatIons, monitors traffic control and detour plans. coordinates With Caltrans for the constructIon of the art lights and mural under the freeway. reviews change order requests, conducts labor Interviews. reviews certified payrolls for compliance With the prevailing wage determinations (Davis-Bacon wage rates) and proVides Information to the construction contractor on as needed baSIS Busmess Outreach Coordmatlon Staff IS developing a request for proposals to Identify organizations that could act as a problem solver and liaison between the PICO bUSiness community, the City, and the 7 general contractor throughout the construction process. which IS expected to last approximately one year The organization would also encourage merchants to upgrade their facades and premises to maximize the proJect's benefits and would help set the stage for a possIble business Improvement district The projected budget of $40,000 would be available from the RDA CIP Account (17-720-266-20096-8905-99391) BUDGET/FINANCIAL IMPACT The total funds avaIlable for the PICO Streetscape Project are $4.915.000 (see next page) The total Redevelopment expenditure of $4.527,568 for the PICO Streetscape Project. pursuant to the Reimbursement Agreement for the Commercial Streetscape Program. IS reflected In CIP account numbers 17-770-266-20097-8905-99455 and 17- 720-266-20096-8905-99391 The following table IS a distribution of available funds ACCOUNT CONSTRUCTION CONSTRUCTION BUSINESS TOTAL MANAGEMENT OUTREACH Redevelopment Agency $0 (EDA Grant with CDBG Match) $3,057,496 $0 $3,057.496 17 -770-266-20097 -8905-99455 (Commercial Streetscape Program) $323.239 $40,000 $1,470,072 17-720-266-20096-8905- $1,106,833 99391 Transportation Fund 8 41-750-657 -20098-8900-99114 $165,000 $14,850 SO $179,850 Sidewalk Repair 01-770-402-20098-8905-99091 $115.000 $7,000 $0 $122.000 Streetlight Systems 01-770-453-20099-8900~99155 $80,671 $4,911 $0 $85.582 Total $4,525,000 $350,000 $40,000 $4,915.000 A The construction funds required are as follows Construction Contract $ 4,076,379 ContIngency (9%) $ 448,621 Total $ 4.525,000 Funds for construction are available In the following CIP accounts ACCOUNT CONTRACT CONTINGENCY TOTAL Redevelopment Agency (EDA Grant With CDBG Match) $3,057,496 $3,057.496 17-770-266-20097-8905-99455 (Commercial Streetscape 5698,734 5408,099 51,106,833 Program) 17-720-266-20096-8905-99391 Transportation Fund 41-750-657-20098-8900-99114 $150,000 $15,000 $165.000 Sidewalk Repair 01-770-402-20098-8905-99091 $100,000 $15,000 $115,000 Streetlight Systems 9 01-770-453-20099-8900-99155 570,149 $10,522 $80,671 TOTAL $4,076,379 5448,621 $4.525,000 Funds required for the Construction Management Contract Construction Management Contract $ 314,295 ContIngency $ 35,705 Total $ 350,000 Funds for the construction management services are available In the following CIP accounts ACCOUNT CONTRACT CONTINGENCY TOTAL Redevelopment Agency (Commercial Streetscape $287,534 535,705 $323,239 Program) 17 -720-266-20096-8905-99391 Transportation Fund 41-750-657-20098-8900-99114 $14,850 $0 $14,850 Sidewalk Repair 01-770-402 -20098-8905-99091 57,000 $0 57,000 Streetlight Systems 01-770-453-20099-8900-9915 $0 $4.911 $4,911 Total $314,295 $35,705 $350,000 Maintenance These Improvements will result In additional maintenance requirements City staff Identified those Items likely to require addItional maIntenance and estImated these additional costs 10 (ExhibIt B) The total estimated additional annual maintenance cost for this project IS $56,491 of whIch $16,036 IS for the added project scope requested by Council on May 5. 1998 Future maintenance budgets may be Increased to reflect these added costs RECOMMENDATIONS Staff recommends that the City CouncIl 1 Award a contract for the construction of the PICO Streetscape Improvement Project to Terra-Cal Construction, Inc, In the amount of $4.076.379, and 2 Authorize the City Engineer to Issue any necessary change orders to complete additional work In conformance with the Administrative Instructions on change orders Staff recommends that the Redevelopment Agency 1 Authorize the Executive Director to enter Into a construction contract with Terra-Cal Construction. Inc In the amount of $4,076,379, and 2 Authorize the Executive Director to negotiate and execute a professional servIces contract with the firm of DMR Team, Inc for construction management services on the PICO Streetscape Improvement Project In an amount not to exceed $314,295 Exhibits A and B II --- ---- --- ------- Prepared by Craig Perkins, Director of Environmental and Public Works Management Jeff Mathieu, Director of Resource Management Suzanne Fnck. Director of Planning and Community Development Anthony Antlch. P E , City Engineer Tina Rodnguez, Earthquake Recovery Administrator Bill Zein, P E , CIvil Engineer David Martin, Semor Planner Gwen Pentecost. Semor Administrative Analyst 12 K \BASE1 OWG ~ 0 .> i .\--' SCALE 1. = 200' .. . / ::J;( -.- - 0 I I Pica BLVD ~ Oft 100ft. 200ft - ..... t- ;\- ) L.- ,--- :<f; XI 'I ' w \ > I it- n 10 .q- N --l N u LEGEND I ORIGIf'JAL :JROPOSED MEDIANS __~ 'ALTERNATE ADDED' MEDIANS ". ORIGINAL PROPOSED LIGHTS \ ~ t.f 'ALTERNATE ADDED' LIGHTS ) ,. II ~ .. I-r --l011 ~ ~\ I' l- I- m 0 N t"'1 I I ~ 1 \ I ! ; , , )- z I r>1 ,- .- }> I Katherine Spitz Associates EXHIBIT ~r A U I n c .'111' ~NDSCAP' ,"CHlITemR' S~t 2 of L K \t:lA~1:.1 OWl, ~ ~ --- - ~ -, ------ > ~. 01 .---- 1 SCALE 1" = 200' ~\ I I -- \\ (") I ' ---i Oft 100ft 200ft _EGEND I ORIGINAL PROPOSED MEDIANS I ~_-A'_' 'ALTERNATE ADDED' MEDIANS ~ I ~ .-\ \ "): \. ' , .. ORIGINAL PROPOSED LIGHTS \, \\ \ \ i "l \ Vl \ .1 \ \ ; --I \._ I .. 'ALTERNATE ADDED' UGHTS ; .. ..J i ---~ I ~ ""''''-~ - - - ~ 1~ \--' \"J:. 'Sf -I I ~ .-'- ~ --l . :r.. ' \ , ---I \ \ \ \ \ \ '-::.c \, \ -.J ~ L", \, l . .---l cj) \ . I ---I ~~ ; ,. --;- - ~ -------- - ~ \ \ Kathenre SpitZ ASSOCIates EXHIBIT "Au In C'III11 ~NDSC~E ARCH'ITCmRE Sht. 1 of 2 ~ ~ ~~gg~ ~~~ ggg~ gg~ ~ g~~ ~ "0 ~ ~roN~~ WtON ro roM NN. . ~~~ ~ 1:::<( C') -.i~C').~m 'N~ ~ ~... co~cn ...: -:i~1t.i M ow, II) ~ ~ ~ ~ ~0~ ~ ~. ~~_ _ ~ ~ ~ O~S ~ ~ ~ - ~ .- III -"C~ III ~ ... ::s - Q.I l: U - <(.5<( I NON ~~OO~ MN~ ~Ov~ 000 000 000 ~ MOM NCOOO~ COM~ ~~~~ ~O~ ~O... ~NM ~ ~ W~~ O~N~C') MVCO ~ ~M CONO WCO. M~O ~ III o)MM M~r--:-~~ -NM -.i ~-N M~1t.i NV"': N-~M ~ c ~~~ 0 ~ ~ ~0W ~ ~M W~~ ~0~ ~ _ . o ~ ~ "'" - ~ > <( ... Q.I 00 ~ ......, 0 0 0 ~ 0 0 0 CO 0 0 0 0 II) III v~ VtOO 0 00 00 C Q.I ~N V 00 N 00 00 tl CJ> M~ ("')~C\!..g ~ ;; "'''' MM III :!:: ~~ ~ ~ ~ ~ ~~ ~~ o l::: ~ :: u ~ 0 CD C (,) ... .:.t:. C Q) ~ III - 0 000 ?; 00 c Co) ... ~ 00 0000 0 '<t__ 00 00 CV CV 1Il- 0 0 0 ~II) 00 -...... C U W 0 to 0 0 0 ~ Q) .:.t:. 0 0 ~ ~ !: e 00 ro~ co~~g ~~!; 15;:e ~~ III D.. ~ W~ ~~6'76'7 ~..... 3= W~ ~~ :!: CV c: to Q) . - Co ::I 15.. 12 mill Q) rJ1 - = ~ ~ "" '0 S .- ... III ... M M W ~ ~ 0 '" .Q c: - '.;: 00 M M W ~ I C CD 0 to 1- II ~ ,.... (0 ~ .,.... J: <( '" I: -rom ~~ , ,"0 ::::l '<to~..... '<t )(-l::: I'll ONN II co N~ 0 INq .N W I'll - ~ 0 co CO 0 - E ..... M ~ _ - c:'^ CJ 0 co co to ~ ::s ell ~ M ~ 0 . w 0 cr 0 2 0 I W w::g 0 ~ 0 C; ~ ;: E I .-. ~~o 'Cc..- Q) an Q) 0 ell g 0 ww9 'C an U C en 0 UUN <C... U I ....... l::: I 00 0 l::: C N o N W ell 0 0 ell<1l~ "'0 L1. 0 MO U Q) .... S: == -Pn q 'Q)(j)'o S: S:...,. C " 0 Q. w, ... U tJ I 0 0 ~ Q) 011) III ell~ <1l= Q) 0 an l:::c'" ==0 u...,..... ~~~C Q)ell.:.t:.Q) tJ ...,. ... cacaO CD l: caU'l ca~o>ca >- w~ _ III III ~~N --0 - I'll ...w.... Q)'W S: -- Q)> ca ~~O >>N 0 III c: ....>.ca >.w=o Q)~ ""en c: ell ell 0 00. .2-.2-0 E In Cll >'ctf_ Cll.... >_ WQ) --0........ .- .!! -f ~ >. '" IS') - "iii ~ ca Vi ca ~ >. >. ~ lii (ij 0 ca <1l .;. - l: ONCO N.....>.- -Q) Q)C - NN'" -""""0 Q)Q)an I/) ,- 0 :c ell >. E 0 "0 0 >. >. c >. >....,. W ~ ...,.~~ ~~~~ OQ) -i:: -g ~~=It: L:"l::o Q)Q)0 ~ ...Q)Q) Q)Q)-ca oU ....."0 Q)Q) ellca I UU 0>> >>~Q) oi~"O 0 >>~ >-Q)>-Q)~ i~~ ... =It:Q)Q) Q)Q)..::::>. ~- I/) ell C Q)Q)::s ...,. _...... III ... 15 1ii 1ii cOo ~ 8 ~ - - - Q) U c ::s Q) 0 0 0 E U 1n.......=It: Q) C OJ u E E E ~< I U'" U U C C::::l....::::l::::l l: ~~- .... Q)l: ~ U - ro (j)Q) -CI) Cf) C ~ A' o~::s I'll < C 0 l::: tJ ~ 'in ~!2> u =It: e 0 ~ ~ -..... 2 S 2 15 Q) ';; g. -l ~ ... c.. t1 s o ~~a. ~== c ~ c - o:::~~ l: ~<( l: - oco o....ro 20E - ~ C ~~Q.I 5 ~- I'll -20 c~::2: I:C- Q) Q) ~... U - ~ ,- II) a. ".., - - - - U Ql :::: U I/) - ..... C I/) m m I'll ~ ... ;; ~ ~o~ rotw Q)::::l .... 1:-55- 2 u >>> "C ~ c-Q)Q) ....O::::l ::2:~Q. l ~ ell l'Il~caca: 0 ~ ooce Q.I Q.I cc 1Ila.~c "0 rJ1 w III ~-::2:::2:":::: -.... EE ~ c lI)~~_ ~<1lell~c c~~ W € l:~ S-lQ)Ql! ~c Q) Q)WQ.I E ~a.a.ell ...."0"0-0 <1lcc WIIl::::l C l:C~~_ ~~en~ ~~~ _ CCe- ~ceU- coo ~Cu _.:.t:. -~ffiffil'll >~-c __~ ~ ~ ~ooS c~~~a O~~ Well- ~15 :~cc~ ~w~~ ~~~ w~~ 0~~~ mellell::::lQ) ~rol'll -Q) >?; cW--e __Q)_~ ~~~ _ _cc::::l ~uu""~ ell~~ ~~~ I'll c-w ~~EE ~~=~ roro~ ~ E vooCf) ~<1lro~ ........ - - - "0 ~"O::::l~::s -Q)_~ ............ 'v E I:~-l :~,(j')E ~~~ x::2:(j') C w- -~-l-l~ _~~_ GG~ ::s 8 I'll ~ = W ~ _w ~~ ~ ~ 1:_ W Q.I l: ~ ~ ! ~ < ~ EI ~ en LL. lii 0.. Q) 0 ~ :!:: ...: - - I- C/)