Loading...
SR 12-18-2018 3D City Council Report City Council Meeting: December 18, 2018 Agenda Item: 3.D 1 of 4 To: Mayor and City Council From: Susan Cline, Director, Public Works, Civil Engineering Subject: Award Professional Services Agreement to Stantec Consulting Services, Inc. for the 17th Street Expo Bike Connectivity Improvement Project Recommended Action Staff recommends that the City Council: 1. Award RFP #SP2484 to Stantec Consulting Services, Inc., a California-based company, to provide design services, develop construction documents, and provide engineering support during the construction of the 17th Street Expo Bike Connectivity Improvement Project for the Public Works Department; 2. Authorize the City Manager to negotiate and execute a professional services agreement with Stantec Consulting Services, Inc., in an amount not to exceed $905,800 (including a 10% contingency); Summary The 17th Street Project would create an enhanced safe walking and biking connection for residents to enjoy as they travel to parks, transit stops, and areas within the Pico and Mid-City neighborhoods. The project would renew the 17th Street corridor with new pedestrian lighting, curb extensions, curb ramps, traffic circles, new and enhanced signing and striping, landscaping, and a protected bikeway. The project area includes two stretches of roadway: 1) 17th Street from Wilshire Boulevard to Pico Boulevard would incorporate protected bikeways on the east and west sides, and 2) the MANGo east-west extension along Michigan Avenue from 14th Street to 19th Street would include traffic calming measures such as new curb extensions, traffic circles, signage and striping. The project would help achieve the Mobility Strategic Goal by increasing walking, biking, and transit use, and contribute to Vision Zero efforts to eliminate pedestrian fatalities and reduce the severity of collisions. Staff recommends Stantec Consulting Services, Inc. (Stantec) to provide engineering design services, develop construction documents, and provide engineering support during the construction phase of the project for an amount not to exceed $905,800 (including a 10% contingency). 2 of 4 Discussion The 17th Street Project is the product of a planning effort that included several community meetings to obtain feedback from residents. The goal of the project is to create a street that works better for residents and provides comfortable and inviting pathways that are safe for all users. The project is composed of the following three major elements that would create a complete and safe multi-modal street that works for people of all ages and abilities: 1. Pedestrian Improvements: Pedestrian scale lighting (along the west side of 17th Street), curb extensions, landscaping, signing and striping upgrades and curb ramp improvements (at selected intersections and along both sides of 17th Street) for the length of 1.1 miles between Wilshire and Pico boulevards. 2. Protected Bikeway: Upgrade existing Class III bike lanes to Class IV bike lanes that would extend a total of 1.1 miles from Wilshire Boulevard to Pico Boulevard. Class III bike lanes are signed and shared lanes that provide shared use with vehicular traffic on lower volume roadways, whereas Class IV bike lanes constitute a physically separated and protected bikeway interface between vehicular and bike traffic which also includes new signage, green roadway markings, traffic signal modifications to include bike detection features, and geometric design of the protected infrastructure. The project would introduce protected intersections, which are traffic signal controlled, where busy bikeway corridors intersect, such as the intersections along 17th Street at Arizona Avenue and Broadway Avenue. 3. MANGo Extension: Extends the east-west central corridor connections along Michigan Avenue from 14th Street to 19th Street and implement new curb extensions, traffic circles, signing and striping that would work with a planned future bike connection over the 20th Street bridge. Stantec would be tasked with preparing plans, specifications and estimates, and providing engineering support during the bidding process and construction phases of the project, which would include reviewing change orders and ensuring the construction contractor uses materials that meet the requirements of the approved contract 3 of 4 documents. Stantec would also prepare the as-built record drawings at the conclusion of the project’s construction. Consultant Selection Stantec submitted a proposal for this project after being selected for an approved short list of civil engineering design firms. The shortlist was created by a Request for Qualifications (RFQ) process administered by the Civil Engineering Division. Stantec submitted a proposal as part of the Request for Proposals (RFP) process for this project and was subsequently selected due to their thorough proposed workplan, understanding of the project’s scope, and experience designing similar projects such as the Herondo Street-Harbor Drive Cycle Track and Gateway Improvement Project for the City of Redondo Beach. RFP Process RFP Data RFP Posting Date RFP Posted On RFP Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date Publicly Opened 8/23/2018 City's Online Bidding Site RFP sent to five pre-qualified firms on short list 5 4 9/27/2018 Proposals Received Selection Criteria Cannon Corporation KPFF Consulting Engineers Municipal Code SMMC 2.24.073 Stantec Consulting Services RICK Engineering Evaluation Criteria Project understanding, proposed methodology, approach to scope of work, and timeline, project staff qualifications, familiarity with state and federal procedures, cost estimate Justification to Award A three-person committee from the Civil Engineering Division and Mobility Division evaluated the four proposals based on criteria listed in the evaluation criteria section. The committee recommends Stantec Consulting Services, Inc. as the best qualified firm. Past Council Actions July 24, 2018 (Attachment A) Proceed with Final Design phase for the Safe Streets for 17th Street and Michigan Avenue Project August 14, 2018 Award Contracts for On Call Signage/Striping and Civil 4 of 4 (Attachment B) Engineering Design/Preparation of Temporary Traffic Control Plans Financial Impacts and Budget Actions Staff seeks authority to award a design contract with Stantec Consulting Services, Inc. to provide final design and construction engineering support services for the 17th Street Expo Bike Connectivity Improvement Project. Contract Request – Design and Construction Engineering Support Request Amount FY 2018-19 Budget CIP Account # Total Contract Amount $600,000 C2706620.689110 $600,000 $305,800 C2706700.689130 $305,800 Total $905,800 Prepared By: Joshua Carvalho, Civil Engineer Approved Forwarded to Council Attachments: A. July 24, 2018 Staff Report B. Staff Report 08-14-18 C. Stantec Oaks Inititative Form City Council Report City Council Meeting: August 14, 2018 Agenda Item: 3.D 1 of 6 To: Mayor and City Council From: Susan Cline, Director, Public Works, Civil Engineering Subject: Award Contracts for On Call Signage/Striping and Civil Engineering Design/Preparation of Temporary Traffic Control Plans Recommended Action Staff recommends that the City Council: 1. Establish a pre-qualified list for on-call Civil Engineering Design Services as part of RFQual #SP2564 consisting of Cannon Corporation, Kimley-Horn and Associates, Inc., KPFF Consulting Engineers, RICK Engineering Company, and Stantec Consulting Services, Inc. (all California-based companies) to create a pre-qualified list for on-call Civil Engineering Design Services, 2. Authorize the City Manager to negotiate and execute an agreement with Kimley- Horn and Associates, Inc., in an amount not to exceed $750,000 for three years with one two-year renewal option in the amount of $500,000, for a total amount not to exceed $1,250,000 over a five-year period, with future year funding contingent on Council budget approval. This is an on-call agreement and an RFP would be issued once there is a known scope of work. Funding would be identified as projects and tasks are identified. 3. Award Bid #SP2543 to Superior Pavement Markings Inc. and PCI, California- based companies, for on-call signing and striping services, 4. Authorize the City Manager to negotiate and execute an agreement with Superior Pavement Markings Inc. in an amount not to exceed $250,000 for three years, with one two-year renewal option, which would extend the contract term but not increase the budget, for a total amount not to exceed $250,000 over a five-year period, with future year funding contingent on Council budget approval. This is an on-call agreement and funding would be identified as projects and tasks are identified, and 5. Authorize the City Manager to negotiate and execute an agreement with PCI, in an amount not to exceed $250,000 for three years, with one two-year renewal option, which would extend the contract term but not increase the budget, for a total amount not to exceed $250,000 over a five-year period, with future year funding contingent on Council budget approval. This is an on-call agreement and an RFP would be issued once there is a known scope of work. Funding would be identified as projects and tasks are identified. Summary 2 of 6 In an effort to incorporate innovative procurement efficiencies by developing shortlists of vendors for broadly defined services, Public Works is seeking to deliver projects more quickly and in ways better suited to the current marketplace (Attachment A). The procurement processes for Public Works projects were designed for large, complex capital improvements and correspondingly require more time for consultant/contractor selection and contract execution. Public Works projects that are smaller in scope and budget, such as street striping and paving, routinely go through the same process, causing significant delays and additional cost to the City in terms of staff time and lost productivity. In order to streamline the selection and contract execution processes to allow for the delivery of these smaller-scale projects more expeditiously staff recommends awarding a professional services agreement for on-call civil engineering design services to Kimley-Horn and Associates, Inc. and two construction contracts for on-call signing and striping work to Superior Pavement Markings Inc. and PCI, respectively. This would reduce staff time spent on bid postings and contract routing and would enable rapid deployment of priority projects. Discussion The City does not currently have an efficient delivery model for infrastructure projects that require expedited delivery. For example, Vision Zero improvements - roadway safety projects designed to eliminate fatal and severe injury crashes on City streets – would be subject to existing procurement and contract execution procedures which could take up to 10 months. While existing procurement processes work well for large, complex projects for which they were created, the lengthier processes hinder the City’s ability to quickly deliver small- to medium-sized projects. Staff recommends utilizing an on-call civil engineering designer and on-call contractors that would allow the City to deliver certain projects up to eight months sooner (Table 1). Table 1 – Typical Project Delivery vs. On-Call/Expedited Project Delivery (Administrative Processes) Typical Process Typical Duration Expedited Process Expedited Duration De s i g n Circulate for Approval and Post Request for Proposals 45 days Confirm scope with designer 30 days Prepare Staff Report 45 days N/A - 3 of 6 Negotiate & Execute Professional Services Agreement 60 days N/A - Prepare Bid Package & Post Bid 60 days Confirm scope with contractor 30 days Co n s t r u c t i o n Prepare Staff Report 45 days N/A - Negotiate & Execute Construction Contract 60 days N/A - Total 315 days Total 60 days An on-call civil engineering designer would be able to quickly provide design and construction documents for projects such as, but not limited to, pedestrian and bicycle striping improvements, bulb-outs, traffic control plans, and traffic-calming circles. The work produced by the designer would clearly define the project scope and be used to either competitively bid the work or to obtain quotes from the on-call contractors. On-call signing and striping contractors would be able to quickly mobilize and construct improvements for projects such as, but not limited to, pedestrian and bicycle striping improvements, pavement marking upgrades, and traffic sign replacement. Vendor/Consultant Selection Table 2 – On-Call Civil Engineering Design / Preparation of Temporary Traffic Control Plans Request for Qualifications (RFQual) Data RFQual Posting Date RFQual Posted On RFQual Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date Publicly Opened 05/02/2018 City's Online Bidding Site Santa Monica Daily Press 83 12 06/01/2018 Pre-qualified List Vendor Selection Recommendation Cannon Corporation Kimley- Horn & Associates, Inc. Municipal Code SMMC 2.24.073 KPFF Consulting Engineers RICK Engineering Evaluation Criteria Experience/Technical Competence, Ability to Meet Project Work Plan & Timeliness, Quality Control, Cost Control, Stability/References Stantec Consulting Services, Inc. 4 of 6 Justification to Short-List The vendor responses were reviewed by a selection panel from the Public Works Department and evaluated using the evaluation criteria above, including their technical expertise and ability to promptly respond to the City’s requests. Based on these criteria, the vendors listed above are recommended as the best qualified firms to be placed on a shortlist. The RFQual stated a shortlist of five consultants would be created and this ensures competitiveness among the most-qualified consultants when proposing for future projects. Staff recommends Kimley-Horn and Associates, Inc., the top-ranked firm, as the best qualified firm to provide as-needed design services and be awarded an on-call contract not to exceed $750,000 for three years with one two-year renewal option in the amount of $500,000, for a total not to exceed amount of $1,250,000 over a five-year period. Staff will utilize the shortlist as required. Table 3 – On-Call Signing and Striping Contractors Request for Qualifications (RFQual) Data RFQual Posting Date RFQual Posted On RFQual Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date Publicly Opened 03/15/2018 City's Online Bidding Site Santa Monica Daily Press 27 2 04/16/2018 Pre-qualified List Vendor Selection Recommendation PCI Municipal Code SMMC 2.24.073 Superior Pavement Markings Inc. Evaluation Criteria Experience/Technical Competence, Ability to Meet Project Work Plan & Timeliness, Quality Control, Cost Control, Stability/References Justification to Short-List The vendor responses were reviewed by a selection panel from the Public Works Department and evaluated using the evaluation criteria, including their technical expertise and ability to promptly respond to the City’s requests. Based on these criteria, the vendors listed above are recommended as best qualified firms to be placed on a shortlist. Staff recommends PCI and Superior Pavement Markings as the best qualified firms to provide as-needed signing and striping services and each be awarded an on- call contract in an amount not to exceed $250,000, for three years with one two-year renewal. Staff would utilize the shortlist as required. Past Council Action 06/28/16 (Attachment A) Council gave staff direction to pilot or implement new methods of procurement. Financial Impacts and Budget Actions 5 of 6 Staff seeks authority to award a professional services agreement with Kimley-Horn and Associates for on-call civil engineering design services. Professional Services Agreement Request: Kimley-Horn Request Amount FY 2018-19 Budget Department/CIP Account # Total Contract Amount $250,000 Funding will come from various accounts and be identified as projects requiring engineering design and construction services are identified. $1,250,000 Future year funding is contingent on Council budget approval. Staff seeks authority to award a contractual services agreement with Superior Pavement Markings Inc. for on-call signing and striping services. Contractual Services Agreement Request: Superior Pavement Markings Inc. Request Amount FY 2018-19 Budget Department/CIP Account # Total Contract Amount $250,000 Funding will come from various accounts and be identified as projects requiring engineering design and construction services are identified. $250,000 Future year funding is contingent on Council budget approval. Staff seeks authority to award a contractual services agreement with PCI for on-call signing and striping services. Contractual Services Agreement Request: PCI Request Amount FY 2018-19 Budget Department/CIP Account # Total Contract Amount $250,000 Accounts and funding will be identified as projects requiring engineering design and construction services are identified. $250,000 Future year funding is contingent on Council budget approval. 6 of 6 Prepared By: Curtis Castle, Civil Engineer Approved Forwarded to Council Attachments: A. June 28, 2016 Staff Report B. PCI Oaks Initiative_Rev1 C. Superior Oaks Initiative D. Kimley-Horn Civil Engineering Design Oaks Form CITY OF SANTA MONICA OAKS INITIATIVE NOTICE NOTICE TO APPLICANTS, BIDDERS, PROPOSERS AND OTHERS SEEKING DISCRETIONARY PERMITS, CONTRACTS, OR OTHER BENEFITS FROM THE CITY OF SANTA MONICA Santa Monica’s voters adopted a City Charter amendment commonly known as the Oaks Initiative. The Oaks Initiative requires the City to provide this notice and information about the Initiative’s requirements. You may obtain a full copy of the Initiative’s text from the City Clerk. This information is required by City Charter Article XXII—Taxpayer Protection. It prohibits a public official from receiving, and a person or entity from conferring, specified personal benefits or campaign advantages from a person or entity after the official votes, or otherwise takes official action, to award a “public benefit” to that person or entity. The prohibition applies within and outside of the geographical boundaries of Santa Monica. All persons or entities applying or receiving public benefits from the City of Santa Monica shall provide the names of trustees, directors, partners, and officers, and names of persons with more than a 10% equity, participation or revenue interest. An exception exists f or persons serving in those capacities as volunteers, without compensation, for organizations exempt from income taxes under Section 501(c)(3), (4), or (6), of the Internal Revenue Code. However, this exception does not apply if the organization is a political committee or controls political committees. Examples of a “public benefit” include public contracts to provide goods or services worth more than $25,000 or a land use approval worth more than $25,000 over a 12-month period. In order to facilitate compliance with the requirements of the Oaks Initiative, the City compiles and maintains certain information. That information includes the name of any person or persons who is seeking a “public benefit.” If the “public benefit” is sought by an entity, rather than an individual person, the information includes the name of every person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten percent interest in the entity. Therefore, if you are seeking a “public benefit” covered by the Oaks Initiative, you must supply that information on the Oaks Initiative Disclosure Form. This information must be updated and supplied every 12 months. Corporate Information Summary Page 1 of 3 C:\Users\cwoodward\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\VG2GHBCZ\SCSI Directors and Officers as of 10-30-18.docx Updated: Oct 30/18 STANTEC CONSULTING SERVICES INC. DIRECTORS: Scott L. Murray Jeffrey P. Stone OFFICERS: President Gordon A. Johnston Executive Vice President & Chief Operating Officer Scott L. Murray Executive Vice President & Chief Business Officer Valentino DiManno Executive Vice President and Chief Practice and Project Officer Steve Fleck Executive Vice President W. Paul Allen Executive Vice President David G. Barnes Executive Vice President Leonard Castro Executive Vice President Marshall W. Davert Jr. Executive Vice President Theresa Jang Executive Vice President Michael A. Kennedy Executive Vice President Blair M. Lavoie Executive Vice President Stuart E. Lerner Executive Vice President Kirk M. Morrison Executive Vice President Eric Nielsen Executive Vice President Catherine Schefer Executive Vice President Robert Seager Executive Vice President Stanis I.R. Smith Executive Vice President Russ Wlad Senior Vice President & CEO - Engineering Brian Larson Senior Vice President & CIO Chris McDonald Senior Vice President John Adams Senior Vice President Paul J.D. Alpern Senior Vice President Richard Andrachek Senior Vice President Donald W. Armour, Jr. Senior Vice President Jamie Bagan Senior Vice President Donal J. Bassett Senior Vice President Clayton A. Bock Senior Vice President Patrick G. Corser Senior Vice President Paul J. DeKeyser Senior Vice President Nigel Denby Senior Vice President David J. Emery Senior Vice President Mario Finis Senior Vice President Reno Fiorante Senior Vice President Joseph Geller Senior Vice President Anton Germishuizen STANTEC CONSULTING SERVICES INC. Corporate Information Summary Page 2 of 3 C:\Users\cwoodward\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\VG2GHBCZ\SCSI Directors and Officers as of 10-30-18.docx Updated: Oct 30/18 Senior Vice President James Grasty Senior Vice President Jeffrey Green Senior Vice President John J. Hanula Senior Vice President David Haywood Senior Vice President Fay (Skip) L. Holland Senior Vice President David Irvine Senior Vice President Isabelle Jodoin Senior Vice President Dave Lamontagne Senior Vice President Maurice Leger Senior Vice President Jon Lessard Senior Vice President James E. Lindell Senior Vice President Lui Mancinelli Senior Vice President John S. Montgomery Senior Vice President Bjorn Morisbak Senior Vice President Janet L. Mulligan Senior Vice President Robert Mullins Senior Vice President Michael Newbery Senior Vice President James (Jim) R. Obermeyer Senior Vice President Eric Overton Senior Vice President Simon O’Byrne Senior Vice President Dean Palumbo Senior Vice President Philip R. Perciavalle Senior Vice President Stephen W.K. Phillips Senior Vice President Richard E. Pineo Senior Vice President Ward Prystay Senior Vice President Ryan Roberts Senior Vice President Peter Salusbury Senior Vice President Asifa Samji Senior Vice President Rodney Schebesch Senior Vice President Chander K. Sehgal Senior Vice President Constantino Senon Senior Vice President William F. Shelley Senior Vice President Keith Shillington Senior Vice President Emree Siaroff Senior Vice President Robert A. Simm Senior Vice President David Smith Senior Vice President Donald J. Spiegel Senior Vice President Scott Storlid Senior Vice President John Take Senior Vice President Glenn S. Tarbox Senior Vice President Jonathan R. Treen Senior Vice President Brad Wallace Senior Vice President Susan Walter Senior Vice President Mike Watson Senior Vice President Robert A. Wood Vice President Frank Aceto STANTEC CONSULTING SERVICES INC. Corporate Information Summary Page 3 of 3 C:\Users\cwoodward\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\VG2GHBCZ\SCSI Directors and Officers as of 10-30-18.docx Updated: Oct 30/18 Vice President Nick Bokaie Vice President Donald Del Nero Vice President Troy Peoples Vice President Michael Reagan Vice President Alfonso Rodriguez Vice President Jeffrey P. Stone Vice President Chris Young Senior Principal Keith Morrow Principal Robert R. Cunningham Associate Jason Schneider Associate & CEO – Surveying Jerome Means Manager Robert J. Sands Right of Way Officer Linda Brown Right of Way Officer Geraldine V. Webb Corporate Counsel David Archer Corporate Counsel Donald Blackwell Corporate Counsel William A. Butler Corporate Counsel Mike Cavanaugh Corporate Counsel Thomas Curran Corporate Counsel William J. Edwards Corporate Counsel Cate Hite Corporate Counsel Katharine LaFrance Corporate Counsel Christy J. Leonard Corporate Counsel Amy Oygen Corporate Counsel Marissa Johnson Prakash Corporate Counsel Robert Ray Corporate Counsel Corey Sanchez Corporate Counsel Matthew Storey Corporate Counsel John Wood Secretary Christopher O. Heisler Assistant Secretary Jeffrey P. Stone Treasurer Daniel J. Lefaivre REFERENCE: Agreement No. 10785 (CCS)