Loading...
SR-06-09-2015-3DCity Council Regular Meeting: June 9, 2015 Agenda Item: .3D To: Mayor and City Council From: Susan Cline, Interim Director of Public Works Subject: Palisades Park Drainage Improvements Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2205 to STL Landscape, Inc., a California -based company, for the construction services of the Palisades Park Drainage Improvements Project; 2. Authorize the City Manager to negotiate and execute a contract with STL Landscape, Inc., in an amount not to exceed $300,000 (includes a 10% contingency); 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. Executive Summary The proposed project would improve drainage issues in Palisades Park at the following locations: 1. Ocean Avenue and Santa Monica Blvd. 2. Ocean Avenue and Arizona Ave. 3. Ocean Avenue and Wilshire Blvd. 4. Ocean Avenue and Idaho Ave (just above California Incline). 5. Ocean Avenue between Montana and Alta Avenue. 6. Ocean Avenue and Alta Avenue. 7. Ocean Avenue and Marguerita Avenue Existing grade issues along with deficient drainage infrastructure allow drainage flow to by -pass its intended location, and ultimately, discharge over the top of the Palisades bluffs causing erosion on the bluffs. Water also tends to pond in many locations. This project will mitigate standing water and erosion of the bluff due to water runoff. 1 of 5 Staff recommends STL Landscape, Inc., to construct the Palisades Park Drainage Improvements project in the amount of $300,000. Background The City of Santa Monica owns and maintains the historically landmarked Palisades Park stretching from Colorado Boulevard to the south to Adelaide Drive to the north. This park includes 26 acres of land used for recreational and passive uses as well as providing views of Santa Monica Bay. Each year funds are appropriated to implement the City's Watershed Management Plan, which aims to reduce urban runoff pollution, reduce urban flooding, improve stormwater infrastructure and obtain compliance with regulatory requirements. Funds are generated by the City's Clean Beaches and Ocean Parcel Tax, also known as Measure V. Existing drainage issues in Palisades Park, including ponding and runoff onto the bluffs, are contributing to premature deterioration of the bluffs and creating a public nuisance. Drainage deficiencies have been observed and documented by the Public Landscape Division during rain events. Subsequently, the Civil Engineering Division performed site visits, reviewed existing engineering records, and coordinated with Public Landscape Division staff in order to develop a detailed scope of work for the improvements. In June 2014, a consultant was hired to design and prepare final construction documents for the project. Improvements consist of re- grading of existing trails and turf areas and new and upgraded drainage infrastructure. Drainage improvements are recommended to be implemented during the dry summer season in order to rectify these drainage issues prior to the rainy season which starts in October. Discussion Contractor Selection On April 2, 2015, the City published Bid #SP2205 for the Palisades Park Drainage 2 of 5 Improvements project in accordance with the City scope of work. The bid was posted on the City's on -line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. A total of 56 vendors were notified, 48 vendors downloaded the bid, and three bids were received and publicly opened on April 23, 2015. Bid results are as follows: Bidder Bid Amount STL Landscape, Inc. $ 270,000.00 Aramexx Construction $ 333,999.00 El Camino Cons. & Eng. Corp $ 344,959.50 Engineer's Estimate $ 265, 814.00 Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, capacity and skill, ability to deliver and provide future maintenance or service, and compliance with City scope of work. STL Landscape, Inc. has completed successful drainage projects for the cities of Santa Clara, West Hollywood, Irvine and County of San Bernardino. Staff contacted references listed in the bid package and all respondents reported that work performed by STL Landscape, Inc. was completed within the project requirements. Staff also verified with the Contractors State License Board that STL Landscape, Inc. and its subcontractors' licenses are current, active, and in good standing. Based on these criteria, STL Landscape, Inc., the lowest bidder, is recommended as the best bidder for the construction of the Palisades Park Drainage Improvements project in accordance with City scope of work. Construction Management Construction management for this project would be provided by City staff. Construction management would include inspecting the contractor's work during construction, verifying and documenting field changes and unforeseen conditions, monitoring and mitigating impacts as a result of the construction activities, attending contractor's safety meetings, attending periodic progress meetings, and maintaining all necessary 3 of 5 inspection documentation relevant to the work conducted during construction. Construction management staff will coordinate with the Community and Cultural Services Department regarding park activities, and the Public Landscape Division regarding coordination of maintenance activities on a daily basis. Coordination with Other Proiects This project would take place at the same time as the California Incline Project. This project will not impact the schedule and duration of the California Incline Project in any way. Daily efforts will be made by the construction management team and the California Incline Project team to coordinate construction activities occurring in the relative vicinity of one another. Public Outreach Due to the nature of this project, access interruptions to specific park areas are anticipated. In order to mitigate these temporary public impacts, staff will employ the services of a public outreach consultant through the City's procurement process. The public outreach consultant would be tasked to disseminate project information, and ensure constant outreach to the public, park patrons, and project stakeholders. Such information would include alerting the public about daily potential impacts, and providing up -to -date project information regarding key milestones, timelines for completion, and overall project objectives. In addition, public outreach would also include notifications on the scope of the project, weekly updates on the City's "Know Before You Go" (KBUG) website and in the Santa Monica Daily Press. For work requiring temporary closures of park trails or facilities, highly visible signs would be placed to notify the public patrons at the park. Updates regarding the project would be provided on the City's "Be Excited Be Prepared" website. The key deliverables from the public outreach team include the following: • public information plan that would familiarize the stakeholders with the project; 4of5 • construction schedule milestones; • development and maintenance of an online construction schedule; • project hotline; • written public information materials distributed via US Mail, email, social media websites, and the City's web page; • information signs, banners, and other project graphics as directed by staff; and • attend community meetings. Construction Schedule and Project Phasing Construction work would tentatively begin in July 2015 and continue for approximately four months. The anticipated completion date would be in November 2015. Project construction hours would be between 8 a.m. and 5 p.m. Monday thru Friday and 9 a.m. to 4 p.m. on Saturdays, for the duration of the project. The project would be phased to start from the north and end of the park near Marguerita Avenue and continue to the south, towards Santa Monica Boulevard. Financial Impacts and Budget Actions The contract to be awarded to STL Landscape, Inc. is for an amount not to exceed $300,000 (includes a 10% contingency). Funds are available in the FY 2014 -15 Capital Improvement Program budget in account C060265.589000. Prepared By: Joshua Carvalho, Civil Engineer Approved Forwarded to Council tF a Susan Cline, Interim director of FW0800J15 Elaine M Polachek, Interim City MSrYWO 5 5of5 Reference: Contract No. 10070 (CCS)