SR 06-27-2017 3H
Ci ty Council
Report
City Council Meeting : June 27, 2017
Agenda Item: 3.H
1 of 18
To: Mayor and City Council
From: Susan Cline, Director , Public Works, Civil Engineering
Subject: Award Construction Contract for Clean Beaches Project
Recommended Action
Staff recommends that the City Council:
1. Award Bid #2356 to Reyes Construction, Inc. a California -based company, for
the Clean Beaches Project;
2. Authorize the City Manager to negotiate and execute a contract with Reyes
Construction, Inc., in an amount not to exceed $14,856,970 (no contingency);
3. A ward RFP #1982 to GK & Associates a Californ ia -based company, for
construction management and inspection services for the Clean Beaches
Project;
4. A uthorize the City Manager to negotiate and execute an agreement with GK &
Associates, a California -based company, in an amount not to exceed $485,000
(inc luding a 10% contingency);
5. Authorize the City Manager to negotiate and execute a second modification to
Professional Services Agreement No. 10283 (CCS) in an amount of $160,000
with Tetra Tech, Inc. a California -based company, for additional scope of work to
complete the control systems integration and provide the real -time storm
forecasting and monitoring tools for the Clean Beaches Project. This would result
in a three -year amended agreement with a new total amount not to exceed
$774,556 ;
6. Authorize the Di rector of Public Works to issue any necessary change orders
within contract authority ;
7. Authorize budget changes as outlined in the Financial Impacts & Budget Actions
section of this report.
Executive Summary
The Clean Beaches Project for Pier and Pico -Ken ter Watersheds (the Project)
would harvest stormwater for reuse, helping Santa Monica achieve water self -
sufficiency by 2020 and compliance with stormwater and urban runoff regulations to
minimize ocean pollution .
The Project helps advance the outcome w ithin the “Place & Planet ” area of the
City’s Framework by p rotecting natural resources and cultivating a sustainable and
resilient built environment.
2 of 18
The Project would construct a below ground stormwater harvesting tank , which
would improve beach water quality by collecting stormwater discharges to the ocean
at the Pier outfall. The harvested water would be treated at the Santa Monica Urban
Runoff Recycling Facility (SMURRF) for non -potable uses such as irrigation and
toilet flushing. The State Water Res ources Control Board (SWRCB) awarded the
City of Santa Monica a grant from the Clean Beaches Initiative Grant Program for
the implementation of the Project. The local match would be funded by the City’s
Clean Beaches and Ocean Parcel Tax (Measure V) and O lympic Settlement Funds.
The original project scope included construction of a second tank at the Pico -Kenter
outfall. In an effort to value engineer the project, and considering that the future
Sustainable Water Infrastructure Project (SWIP) achieves th e same water quality
improvement objectives to a much larger scale, staff proposes to eliminate this
component from the Project scope and reserve any budget savings for the SWIP.
Staff recommends Reyes Construction, Inc. as the best bidder to provide
cons truction services for the Project in an amount not to exceed $14,856,970 (no
contingency), due to proposed value engineering and scope reduction. Staff
recommends GK & Associates to provide construction management services in an
amount not to exceed $485,0 00 (includes a 10% contingency). Staff recommends a
second modification to Professional Services Agreement 10283(CCS) of Tetra
Tech, Inc. to provide control systems integration and tools for real -time storm
forecasting and systems control in an amount not to exceed $160,000.
Background
Federal, State, and local regulations require the City to reduce urban runoff pollution
from storm drain discharges into the Santa Monica Bay. Recent regulatory changes
adopted by the Los Angeles Regional Water Quality Contr ol Board implemented
regulations that set stringent limits on the Los Angeles County Municipal Separate
Storm Sewer System (MS4) discharges in order to improve ocean water quality.
Furthermore, the City has established, among its sustainability goals, achi eving water
self -sufficiency by 2020 through continued conservation and innovative reuse of all
water resources available to the City to end its reliance on imported water.
The Project would help the City achieve these sustainability objectives while
sim ultaneously improving beach water quality to meet the requirements of the MS4
permit.
On January 27, 2015, the Council authorized staff to apply for and accept grant funds
from the SWRCB Clean Beaches Initiative (CBI) Grant Program , per Attachment A .
3 of 18
Subs equently, the SWRCB awarded the City with the grant in an amount of $3,785,866
and the grant agreement was executed in December 2015.
On April 12, 2016, the Council awarded a design contract to Tetra Tech, Inc. to provide
engineering design services, dev elop construction documents, and provide engineering
support during construction for the Project , per Attachment B .
Discussion
Project Components
The project consists of two distinct components, the P ier outfall improvements and the
Pico -Kenter outfall im provements. Staff proposes eliminating the Pico -Kenter
improvements from the Project scope as discussed in the Value Engineering section
later in this staff report. This is because the water quality benefits of the Pico -Kenter
outfall improvements are achi eved by the future Sustainable Water Infrastructure
Project (SWIP) to a much larger scale, and because the best bid is in excess of the
available budget.
4 of 18
FIGURE 1 – PROJECT SITES
Pier Outfall
The Pier outfall discharges stormwater and urban runoff from the 106 -acre Santa
Monica Downtown area to the Santa Monica Bay. The Pier outfall runs under the south
edge of t he Santa Monica Pier . The Project would divert all of the runoff from the
downtown area into a 1,600,000 -gallon underground cistern. The size of the cistern was
calculated using the 85th percentile storm event, or a 1 -inch, 24 -hour storm event, in
Downtown Santa Monica, excluding the existing stormwater mitigation structures.
A diversion structure and pipeline under the Pier and the beach parking Lot 1 North
would be built to convey the runoff to the new cistern. The underground cistern would
be constructe d in the undeveloped vacant lot north of the existing Beach Maintenance
Yard (known as the “Deauville Site”), (F igure 1 ). As part of the project, the Deauville
Site would be developed into a paved public parking lot, acting functionally as an
expansion of the existing Lot 1 North. Approximately 111 new parking spaces would be
available at this location. This would increase the lot capacity by 9.5%.
The harvested runoff water would be conveyed to SMURRF by a new pressure main
line to be built beneath Appian Way as part of the Project. The treated water would be
distribute d for non -potable use such as irrigation and toilet flushing.
5 of 18
FIGURE 2 – PIER OUTFALL AND DEAUVILLE LOT
Pico -Kenter Outfall
The improvements that are being proposed for elimination from the Project scope
include a new 80,000 -gallon underground cistern, a new wastewater line and a
maintenance access driveway at the Pico/Kenter outfall .
6 of 18
FIGURE 3 – PICO/KENTER OUTFALL (eliminated from scope)
The Project would provide multiple benefits tha t include: reducing a significant amount
of stormwater and runoff urban discharges to the ocean; improving beach water quality
in the Santa Monica Bay , thereby enhancing the visitor experience at the beach;
advancing compliance with the MS4 permit and Enha nced Watershed Management
Program (EWMP ) requirements; generating a new water resource; increasing beach
parking capacity ; and improving beach access.
Return on Investment Analysis
The return on investment analysis considers a 30 -year life cycle and the following
factors against the total cost of construction:
- The savings from avoided imported water costs when operating SMURRF at full
capacity,
- Maintenance and operation cost of the project,
- Sewer fees associated with use of sewer discharges.
7 of 18
Due to the C ity’s ongoing conservation efforts the dry -weather urban runoff that is used
as the source water at the SMURRF has been measurably reduced. Designed to
produce up to 500,000 gallons/day, which is 560 acre -feet per year (AFY), SMURRF
receives only 110,000 g allons/day (124 AFY) source water, which is limited to dry -
weather conditions due to the limitations of diversion capacity. In order to meet the
production capacity of SMURRF, 436 AFY of supplemental make up water (i.e. potable
supply) is required. Tier I imported water currently costs the City approximately
$1,303/AFY, which includes base price, transportation, and commodity. At the first year
of the project, annual savings from avoided imported water costs would be $568,108.
Estimated maintenance and oper ations costs are $100,000 per fiscal year. Estimated
annual sewer fees are $56,000.
Assumed annual escalation rates are 2% for O&M costs, 2% for sewer fees, and 7% for
imported water cost. All future values for cumulative annual costs were discounted at a
rate of 3% per year, accounting for the difference between inflation and the cost of
money, and summarized for the 30 -year study. The total net present worth of the project
would result in $12,315,132 in savings over the life cycle of the project as summa rized
in the tables below.
SUMMARY OF YEAR ONE COSTS and SAVINGS
Item Value
Construction Cost ($14,856,970)
Annual O&M Cost ($100,000)
Annual Sewer Fee ($56,000)
Savings $568,108
SUMMARY OF YEAR 30 COSTS and SAVINGS
Item Value
Construction Cost ($14,856,970)
Present Value of Cumulative Annual O&M Cost -escalated ($2,613,553)
8 of 18
at 2% for 30 years (*)
Present Value of Annual Sewer Fee -escalated at 2% for
30 years (*)
($1,463,590)
Present Value of Savings from Avoided Imported Water
Cost - escala ted at 7% for 30 years (*)
$31,249,245
TOTAL PRESENT WORTH at YEAR 30 (SAVINGS) (*) $12,315,132
(*) Discounted at 3% for 30 Years
Protection of the Santa Monica Bay and Regulatory Compliance
The Federal Clean Water Act (CWA) requires the State Water Con trol Board to develop
water quality standards that identify beneficial uses within its region . Beneficial uses
include swimming, fishing, drinking water, navigability, and wildlife habitats and
reproduction. CWA section 402 requires the issuance of a permi t to regulate municipal
stormwater discharges , known as the MS4 permit . As part of MS4 p ermit compliance
efforts the City of Santa Monica and Cities of Los Angeles, El Segundo, Los Angeles
County Flood Control District and the County of Los Angeles jointly developed the
E nhanced W atershed M anagement P rogram (EWMP) for Jurisdictional Groups 2 & 3 of
the Santa Monica Bay watershed. EWMP is a comprehensive program that is expected
to improve water quality through the planning and implementation of multi -benefi t,
regional projects and low impact development strategies in the watershed area. Multi -
benefit, regional projects (EWMP Projects) would be designed to retain runoff generated
by the 85th percentile 24 -hour storm event on the drainage areas tributary to th e
projects, while also achieving other benefits such as flood control and water supply.
The Clean Beaches Project would allow for improved beach water quality by harvesting
and treating stormwater that is currently discharged to the Santa Monica Bay. The
Project would assist the City in its efforts for compliance with the stormwater non -point
source discharge requirements set forth in the final amended Municipal Separate Storm
Sewer System (MS4) permit. The MS4 permit defines a Total Maximum Daily Load
(TM DL) as the maximum amount of a pollutant that a body of water can receive.
Established TMDLs for Santa Monica Bay include coliform bacteria, DDT (pesticide),
9 of 18
PCBs (manufactured organic chemicals), and debris. The SWRCB monitors and
enforces the MS4 permit compliance.
Due to its limited diversion capacity, SMURRF currently captures and treats dry weather
runoff, and only a small amount of wet weather runoff. This has resulted in wet -weather
bacterial TMDL exceedances near the Santa Monica Pier Outfall. Th e Project would
ameliorate these conditions by harvesting up to 1.6 MG of storm water from any single
event for advanced treatment, recycl ing and reuse. The proposed tanks would harvest
the 85th percentile storm volume from the Pier basin (106 acres). This Project was
modeled in and is consistent with, the EWMP for the Pier drainage basin.
Construction Schedule and Impacts
Project construction is expected to start in September 2017. The Project duration is
anticipated to be one year and is expected to be completed by August 2018.
Project specific construction requirements were mandated by the City and they require
the contractor to minimize impacts to Beach Parking Lot 1 North during special events.
Additionally, during trenching and pipeline installation , the contractor would not be
allowed to impact more than 50 parking spaces on a weekday and not more than 25
parking spaces during the weekends and holidays.
For special events, such as the Independent Spirit Awards Ceremony, the Contractor
would be requ ired to backfill and patch all open trenches prior to the event.
Public Outreach during the Design Phase
Throughout the project design phase, City staff met with Shutters Hotel management,
Casa Del Mar Hotel management, and managers of Pier businesses. A t these
meetings, City staff discussed Project impacts, received feedback, and implemented
stakeholder’s suggestions resulting in adjusted working hours and seasonal work and
noise level restrictions.
10 of 18
In addition, City Staff met with the Pier Board and th e Pier Tenants during the design
phase and as a result of their feedback, the parking restrictions mentioned above have
been incorporated into the construction documents.
California Environmental Quality Act (CEQA)
On January 28, 2015 , a Notice of Exemp tion (NOE) was filed with the Los Angeles
County Clerk’s office by the City’s Planning & Community Development Department
providing a Categorical Exemption for the project under Sections 15303 (Class 3) OF
CEQA guidelines and 210801.35 of the California En vironmental Quality Act.
Contractor Selection - Construction Services
On January 24, 2017, the City issued a Request for Qualifications (RFQ) for general
engineering contractors specializing in civil and mechanical work with experience
constructing reserv oirs, deep utility excavations, and dewatering projects. The RFQ 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.
Fourteen firms respon ded (see Attachment C ). Responses to the RFQ were reviewed
by a selection panel consisting of staff from the Public Works department.
The evaluation was based on the quality exhibited and experience of the prime
contractor, including : their safety and r egulatory compliance record ; financial capacity,
including insurance and bonding; quality control; and experience with similar projects.
On March 9, 2017, the City issued a letter pre -qualifying five firms for the construction
services on the project, as follows:
- Powel Constructors, Inc.
- Reyes Construction, Inc.
- Steve Bubalo Construction Co.
- Steve P. Rados, Inc.
- W. A. Rasic Construction Co., Inc.
On March 15, 2017, the City issued Notices Inviting Bids with Bid #SP2356 for the
Clean Beaches Project for Pi er and Pico/Kenter Watersheds, via email, to the five pre -
qualified contractors.
11 of 18
Five bids were received and publicly opened on May 3, 2017. Bid results are as follows:
Bidder Base Bid ___
Reyes Construction, Inc. $14,856,970
Steve Bubalo Constru ction Co. $15,547,800
Powell Constructors , Inc. $15,802,745
Steve P. Rados, Inc. $16,000,000
W.A. Rasic Construction Co., Inc. $16,825,000
Updated Engineer’s Estimate $10,876,220
Staff recommends Reyes Construction, Inc. as the best bidder, based on it s lowest
price, quality of services offered, and experience with similar projects. Reyes
Construction, Inc. provided four references for recently completed projects, and a
similar number of on -going projects for the City of Lakewood, City of Long Beach , an d
Orange County. Staff reached out to the references provided and all those contacted
reported that the work performed by Reyes Construction, Inc. was completed in a timely
and cost -effective manner while maintaining consistent quality. The Contractors Sta te
License Board also verified that the Contractor and subcontractors’ licenses are current,
active, and in good standing.
Value Engineering
The difference in cost between the bid received and the updated engineer’s estimate
can be attributed to the follo wing factors:
· Construction duration limited to approximately nine months (270 working days)
which obligated the contractor to assume additional cost risks,
· Cost associated with construction phasing requirements to reduce construction
impact to adjacent bus inesses,
· Unforeseen significantly high costs specific to the dewatering, shoring and pre -
cast materials;
· Extremely unique conditions of the project site being under the pier and on the
beach environment where high pedestrian volumes exist,
· High demand in t he construction market in Los Angeles County .
12 of 18
Staff believes the bid received is a reasonable and fair cost to perform this
project. However, since the bid received was in excess of the available budget, staff has
contacted the State Water Resources Contr ol Board (SWRCB) CBI Grant Management
to discuss reducing the project scope related to the Pico -Kenter Outfall. The Project
scope at Pico -Kenter includes construction of an 80,000 -gallon cistern to harvest storm
water and urban runoff , and a maintenance ac cess driveway that would improve
operation s to dissipate the ponding water at the discharge point of the outfall. The City
is currently pursuing the Sustainable Water Infrastructure Program (SWIP), which
includes harvesting and treating up to 4.5 million g allons of stormwater and urban runoff
from the Pico -Kenter watershed. The SWIP project would provide water quality benefits
for the Pico -Kenter Watershed at a much larger scale and better cost effectiveness.
SWRCB CBI Grant Management supports the possibil ity of a proposed scope reduction
by eliminating the Pico -Kenter component of th is P roject.
In order to decrease the project cost, staff recommends that the project scope related to
Pico -Kenter outfall be eliminated. Staff recommends that a construction contract with
Reyes Construction be executed in an amount of $14,856,970 (bid amount) with
approval for a deductive change order to reduce project scope . The cost saving s of the
reduced project scope is estimated to be between $2 .6M and $3 M. From th e esti mated
cost savings, staff would reserve 10% of the amended construction contract amount as
contingency.
Consultant Selection - Construction Management
On September 22, 2015, the City issued a Request for Qualifications (RFQ) for
construction management an d inspection services for upcoming construction projects
on the City’s online bidding website and notices were advertised in the Santa Monica
Daily Press in accordance with City Charter and Municipal Code provisions . A total of
1,674 vendors were notified and 124 vendors downloaded the RFQ. The City received
25 proposals. Responses to the RFQ were reviewed by a selection panel of staff from
the Civil Engineering Division of the Public Works Department. The evaluation was
based on the selection criteria set forth in SMMC Section 2.24.073, with the specific
13 of 18
review of the following: technical competence, staffing capability, project approach,
past performance, dispute resolution, quality control, cost control, management
services, customer service, and the abi lity to meet the required time frames. The top 4
firms were placed on a pre -qualified list of construction management firms in the Storm
Drain category. This list includes Anderson -Penna, Arcadis, CWE, and GK and
Associates. These four firms were invited t o participate in a Request for Proposal (RFP)
phase on February 15, 2017.
On March 8, 2017, Anderson -Penna, CWE , and GK and Associates submitted
proposals. The City’s three -person review committee from the Civil Engineering Division
reviewed and graded the firms and proposals based on the selection criteria set forth in
SMMC 2.24.073. The committee is recommending GK and Associates as the best -
qualified firm to provide construction management and inspection services based on its
qualifications and its di rectly related experience providing similar services for other
municipal agencies. GK and Associates has extensive knowledge and experience on
numerous construction projects in the cities of Brea, Downey, South Pasadena,
Bradbury, Pico Rivera, Lancaster, W hittier, Baldwin Park, Las Vegas, Temecula,
Norwalk, Colton, Whittier, and Cerritos.
Services provided by GK and Associates would include construction management
services, continuous inspection of the contractor’s work, verification and management of
fiel d changes and unforeseen conditions, monitoring and mitigation of impacts as a
result of the construction activities, attendance at the construction contractor’s safety
meetings, attendance at periodic progress meetings, recordkeeping of all necessary
insp ection documentation relevant to the work performed during construction, materials
testing , and public outreach.
Public Outreach - During Construction
Public outreach during construction of this Project would be provided by the City and by
the City’s co nstruction management consultant as part of the construction management
effort. GK and Associates partnered with Curtis Pringle and Associates for public
outreach. The City would work with the consultant team to keep all neighboring
14 of 18
businesses and resident s fully informed of the project schedule and construction
impacts. The City and the consultant team would frequently meet with Pier businesses
in the project vicinity to keep them aware of project impacts.
Public outreach would include notifications dis tributed to adjacent properties and the
surrounding community regarding the scope of the Project, and schedule periodic
updates on the City’s “Know Before You Go” (aka KBUG) website and Monday editions
of the Santa Monica Daily Press . Notifications would a lso be posted on social media
and in local newspapers.
Businesses impacted by the Project would receive two construction notices. The first
general notice would be hand -delivered to properties adjacent to the proposed Project
two weeks prior to the start of construction. A second two -day notice would be
subsequently hand -delivered to each adjacent property with detailed information
regarding the planned construction activity, potential impacts, and contact information.
The notices would be prepared and di stributed by the construction management , public
relations consultant.
Staff will also utilize the project website, as in the A ttachment D .
Second Modification of the Tetra Tech, Inc.’s PSA #10283 - Control System Integration
and Development of Storm Fo recasting & Monitoring Tools
Tetra Tech supported the City of Santa Monica (City) with the development of
conceptual design, design documents, and design support services for the Project. A
second modification of $160,000 to Professional Services Agreement No. 10283 (CCS)
with Tetra Tech, Inc. is required to complete the control systems integration and
development of the storm forecasting and monitoring tools. This would result in a new
total amount not to exceed $759,304. The scope of work is explained in the following
sections:
- Control Systems Integration
15 of 18
An industrial process control system known as SCADA is an automated computer
control system that allows remote operation and control of system equipment and
facilities. Currently, the City owns and opera tes a SCADA system that was specifically
developed to integrate the water and wastewater telemetering and remote control
systems. The SCADA system controls and monitors many of the critical operating
functions such as reservoir and wet well levels, pump sp eeds, and intrusion alarms a s
necessary to enhance operational efficiencies and control capabilities.
Tetra Tech and its sub consultants would provide services to integrate the new facility
controls of the Project with the City’s existing SCADA system. Te tra Tech would provide
start -up and system testing for both facilities; screens for viewing instrument data and
validate the screen data to the field instruments.
- Development of the storm forecasting and monitoring tools
The additional scope of work woul d be for forecasting and monitoring local weather, as
well as monitoring the proposed stormwater facilities. Continuous monitoring would
enable City staff to track and optimize cumulative performance over time by operating
the facilities in response to rea l -time conditions. The valuable data collected during
continuous monitoring would also support annual reporting of water quality improvement
progress to the Regional Water Quality Control Board.
Along with the continuous monitoring equipment in the propos ed stormwater facilities,
the City would implement forecast -based control using predicted rainfall —and resulting
runoff —to inform system operation. The exercise would analyze historical SMURRF
operation s data to evaluate the scenarios under which system pe rformance could
potentially be optimized by adaptive controls.
Concurrent with assessment and installation of automated real -time control
components, Tetra Tech would develop a simplified forecasting tool to predict
impending runoff at regular intervals a nd inform the manual operation of the facility. The
tool would run at scheduled intervals to provide City staff and operators with weather
16 of 18
forecast updates via email. Both concepts discussed above would rely on a watershed
model to translate rainfall forec asts to reliable runoff volumes and flow rates.
The additional scope of work would help the City meet the needs for development of an
adaptive control analysis, a web -based dashboard, and a simple forecast -based
decision -support tool based on the best avai lable watershed modeling.
Project Funding
The Project would utilize the State Water Resource Control Board’s (SWRCB) Clean
Beaches Initiative (CBI) Grant, Measure V funds, and the funds from the Olympic
Treatment Plant project account originally budgeted in Capital Improvement Program
budget in FY 20 16 -17 and in FY 20 17 -18. These funds were originally allocated towards
the feasibility, design, environmental, permitting, and construction costs of a proposed
new standalone water treatment facility, known as th e Olympic Treatment Plant (OTP).
The proposed plant location was in the east portion of the City’s Michigan Avenue
Maintenance Yards complex (City Yards). In concept, OTP would provide the City a
means of treating an additional 3.5 million gallons of water per day, while
simultaneously expediting the cleanup of impaired groundwater quality in the City’s
Olympic well field caused by historic industrial releases. A final feasibility report,
prepared by the Hathaway Dinwiddie and Black & Veatch consultant team , determined
that the cost for the new subgrade OTP facility could exceed $80M; and costs were
roughly double that figure for other potential surface improvements related to the City
Yards and Gandara Park. Costs for construction of the OTP at the City Yar ds site were
driven largely by the engineering complexities related to subsurface construction, site
geotechnical challenges, environmental remediation, and State drinking water
regulations. As an alternative, staff initiated a feasibility study to assess modifying
and/or expanding the City’s existing Arcadia Treatment Facility to achieve the same
treatment capacity and clean up goals as the proposed OTP. Based on the preliminary
engineering report it was determined that modification of the Arcadia facility is feasible
at significantly lower costs than the proposed OTP. Based on the feasibility and cost
savings by expanding Arcadia and not pursuing the OTP, staff has withdrawn the
proposed OTP from inclusion in the City Yards Master Plan. This frees up a maj ority of
17 of 18
OTP f unds for use on other critical water sustainability projects such as the Clean
Beaches Project, which requires an allocation of $6.64M .
The remaining balance of the available OTP funds would be reserved for the
development of alternative wa ter resources and related project s such as indirect potable
reuse (IPR), deep monitoring wells, numerical aquifer fate and transport modeling,
water treatment facility telemetry, parcel acquisition for the siting of distributed water
infrastructure related to the IPR, and regulatory testing and reporting needed in order to
achieve SWRCB approval for IPR via aquifer recharge, all of which are a key
component s in the strategy for achieving water sustainability by 2020.
Financial Impacts and Budget Actions
T he Project is funded by the SWRCB CBI Grant Program, the City’s Clean Beaches and
Oceans Parcel Tax (Measure V), the Stormwater Fund and a recommended budget
transfer from the Olympic Treatment Plant project account .
The construction contract to be awarde d to Reyes Construction is for an amount not to
exceed $14,856,970. Funds of $5,282,250 are available in the FY 2016 -17 Capital
Improvement Program Budget in the following accounts:
C069069.589000 $1,723,224
C209069.589000 $3,559,026
TOTAL $5,282,250
F unds of $2,934,720 are included in the FY 2017 -18 Proposed Capital Improvement
Program budget in account C349069.589000. Award of the contract also requires a
budget transfer of $6,640,000 from account C019068.589000 to account
C019069.589000. Budget actio ns related to the FY 2017 -19 Proposed Budget are
included in Item 9 -A on the June 27, 2017 agenda.
The construction management contract to be awarded to GK & Associates is for an
amount not to exceed $485,000 (includes a 10% contingency). Funds in the amo unt of
18 of 18
$485,000 are available in the FY 2016 -1 7 Capital Improvement Program budget in
account C069069.589000.
The second contract modification to be awarded to Tetra Tech, Inc . is for an amount not
to exceed $160,000. Funds in the amount of $160,000 are a vailable in the FY 2016 -17
Capital Improvement Program budget in account C069069.589000. This would result in
a three -year amended agreement with a new total amount not to exceed $774,556 .
Prepared By: Selim Eren, Civil Engineer
Approved
Forwarded to C ouncil
Attachments:
A. January 27, 2015 Staff Report - Application for Grant Funds from the California
State Water Resources Control Board (weblink)
B. April 12, 2016 Staff Report - Award of Design Services for Clean Beaches
Project (weblink)
C. List of contractors who submitted St atements of Qualifications for SP2356
D. Clean Beaches Project Website
E. Reyes Construction - Oaks Form
F. Tetra Tech - Oaks Form
G. GK & Associate - Oaks Form
Contractors who submitted Statements of Qualifications
for the
Clean Beaches Initiative (CBI) Project for
Pier and Pico ‐Kenter Basins (SP2356)
Submitted on February 24, 2017
1. Reyes Construction
2. LA Engineering
3. EJ Meyer Company
4. Blois Construction Incorporated
5. Excel Paving Company
6. Environmental Construction
7. GB Cooke, Incorporated
8. WA Rasic Construction
9. KEC Engineering
10. Vido Artukovich & Son, Inc.
11. Steve Bubalo Construction Company
12. Sully ‐Miller Contracting Company
13. Powell Constructors, Incorporated
14. Steve P Rados Incorporated
OaksInitiativeNotice
CITYOFSANTAMONICA
NOTICETOAPPLICANTS,BIDDERS,PROPOSERS
ANDOTHERSSEEKINGDISCRETIONARYPERMITS,CONTRACTS,OROTHER
BENEFITSFROMTHECITYOFSANTAMONICA
SantaMonica’svotersadoptedaCityCharteramendmentcommonlyknownas
theOaksInitiative.Itprohibitsapublicofficialfromreceivingspecifiedpersonalbenefits
fromapersonorentityaftertheofficialvotes,orotherwisetakesofficialaction,toaward
a“publicbenefit”tothatpersonorentity.Examplesofa“publicbenefit”includepublic
contractstoprovidegoodsorservicesworthmorethan$25,000oralanduseapproval
worthmorethan$25,000.
TheOaksInitiativerequirestheCitytoprovidethisnoteandinformationabout
theInitiative’srequirements.AninformationsheetontheOaksInitiativeisattached.
YoumayobtainafullcopyoftheInitiative’stextfromtheCityClerk.
InordertofacilitatecompliancewiththerequirementsoftheOaksInitiative,the
Citycompilesandmaintainscertaininformation.Thatinformationincludesthenameof
anypersonwhoisseekinga“publicbenefit.”Ifthe“publicbenefit”issoughtbyan
entity,ratherthananindividualperson,theinformationincludesthenameofevery:(a)
trustee,(b)director,(c)partner,(d)officers,or(e)tenpercentinterestintheentity.
Therefore,ifyouareseekinga“publicbenefit”coveredbytheOaksInitiative,youmust
supplythatinformationontheattachedform(AttachmentA).
(AttachmentA)
CityofSantaMonica
OaksInitiativeDisclosureForm
AllpersonsorentitiesreceivingpublicbenefitsdefinedbelowfromtheCityofSantaMonica
shallprovidethenamesoftrustees,directors,partnersandofficersandnamesofthosewith
morethana10%equity,participationorrevenueinterest.ThisinformationisrequiredbyCity
CharterArticleXXII—TaxpayerProtection.
NameofEntity:____________________________________________
NAME(S)OFPERSONSORENTITIESRECEIVINGPUBLICBENEFIT:
NAME(S)OFTRUSTEES,DIRECTORS,PARTNERS,ANDOFFICERS:
NAME(S)OFTHOSEWITHMORETHANA10%EQUITY,PARTICIPATIONOR
REVENUEINTEREST:
Publicbenefitsinclude:
1.Personalservicescontractsinexcessof$25,000overany12-monthperiod;
2.Saleofmaterial,equipmentorsuppliestotheCityinexcessof$25,000overa12-monthperiod;
3.Purchase,saleorleaseofrealpropertytoorfromtheCityinexcessof$25,000overa12-monthperiod;
4.Non-competitivefranchiseawardswithgrossrevenueof$50,000ormoreinany12-monthperiod;
5.Landusevariance,specialusepermit,orotherexceptiontoanestablishedlanduseplan,wherethedecisionhasavalue
inexcessof$25,000;
6.Tax“abatement,exception,orbenefit”ofavalueinexcessof$5,000inany12-monthperiod;or
7.Paymentof“cashorspecie”ofanetvaluetotherecipientof$10,000inany12-monthperiod.
Preparedby:__________________________Signature:________________________
Date:__________________________Title:________________________
FORCITYUSEONLY:
Bid/PO/Contract#___________________________Permit#_____________________________________
(1/06)
»‹fi¿»‰‚†‰
»‹fi¿»‰‚†‰
–fi–fi¿‹»””•‰»fi›¿†¿‹fi¿‰ł‚¿•fi‡¿†—fi»›•…»†‹˝‹»“»†«fi…•‰ł
¤»‰«‹•“»˚—˛–†¿·…‚«ł¤»‰«‹•“»˚—»›·•»˝‚–»‡¿»fił¤»‰«‹•“»˚—•··•¿‡
fi–'†·•»ł˝»†•–fi˚—†‹»fifi•›»˛•›¿†¿„»‡»†‹””•‰»fifi•¿†¿fi‹»fił˝»†•–fi˚—
–fi–fi¿‹»–†‹fi–··»fi¿†…‚•»”‰‰–«†‹•†„””•‰»fifi¿•„‚fi•›‹»†›»†ł˝»†•–fi˚—
˛•‰‚¿fi…»‡‡–†ł˝»†•–fi˚—–fi–fi¿‹»…‡•†•›‹fi¿‹•–†»“•†‰–†¿·…ł˝»†•–fi˚—
–‹·•‰¿·»
·•›¿»‹‚fi¿†»·
ææØ ˚•‰»—fi»›•…»†‹
REFERENCE:
Agreement No. 10483 ‐
10484
(CCS)
&
Modified Agreement
No. 10283 (CCS)