HomeMy WebLinkAboutStaff Report 390-08TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:OCTOBER 6, 2008 CMR:390:08
REPORT TYPE:CONSENT
SUBJECT:Approval of a contract with Blossom Valley Construction, Inc. in an
amount of $1,056,900 as part of the San Antonio Street Tree
Replacement, Median and Road Improvement Project - Capital
Improvement Program Project PE-00104 and Street Maintenance
Program Project PE-86070
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the City Manager or his designee .to execute the attached contract
with Blossom Valley Construction, Inc. in the amount of $1,056,900 for replacement of
street trees and landscape, and median and road improvements on San Antonio Avenue
from Middlefield Road to Briarwood Way.
o Authorize the City Manager or his designee to negotiate and execute one or more change
orders to the contract with Blossom Valley Construction, Inc. for related, additional but
unforeseen work that may develop during the project, the total value of which shall not
exceed $105,690.
BACKGROUND
The San Antonio Street Tree Replacement Median and Road Improvement Project will
implement much needed improvements to a highly traveled corridor at the City’s southern
gateway. In February 2006, the City entered into a consultant contract with Bellecci Associates
to conduct public outreach, prepare an environmental assessment and to develop concept plans
for landscape improvements to the roadway planting areas and medians along the entire length of
San Antonio Road within City limits. This project will implement improvements proposed for
the portion between Middlefield Road and Briarwood Way. The landscape improvements along
San Antonio Road from Highway 101 to Middlefield Road are not funded at this time.
This project addresses the deteriorating condition of roadside planting areas and median islands
on San Antonio Road between Middlefield Road and Briarwood Way. The planting areas and
medians are not irrigated and support only sporadic patches of vegetation along with several
mature Italian Stone Pine trees. City Staff and a consulting arborist initially evaluated the option
CMR:390:08 Page 1 of 4
of retaining the Italian Stone Pines while landscaping the rest of the medians and repairing the
curbs and road. Different methods of installing irrigation lines with the existing trees protected in
place were researched and it was determined that each was potentially destabilizing to the trees.
The pines are currently at the end of their useful life cycle and require significant ongoing
maintenance including branch removal, surface root grinding and road repair. The subsurface
roots continue to cause significant damage to the roadway and median curbs, gutters, and
pavement.
Repair of the damaged roadway surface will take place in two phases that will be coordinated
with this project. The first phase is part of the 2008 Annual Street Maintenance Program Capital
Improvement Project PE-86070, and will involve repair to several large sections of the base rock
underneath the surface layer of asphalt that has failed. This work is scheduled to take place prior
to implementation of the tree replacement and median island improvements. The second phase
of improvements to the roadway will be part of the 2009 Annual Street Maintenance Program
Capital Improvement Project PE-86070, and will involve placement of a new 2" asphalt overlay
on the street surface between Middlefield Road and Alma Street. This work will take place after
the tree replacement and median island improvements have been implemented.
DISCUSSION
Project Description
The work to be performed under the contract includes repair and replacement of concrete curb
and gutter removal of the existing Stone Pines and replacement with a mix of more sustainable
deciduous and evergreen plant varieties, and installation of understory planting and an automatic
irrigation system on San Antonio Road between Middlefield Road and Briarwood Way.
The project construction is proposed to begin in the Fall of 2008 and includes the following
mitigation measures:
At least one traffic lane must remain open in each direction during the construction hours
of 9 am to 4 pm.
All trees must be removed and replaced in conformance with the City’s Tree Technical
Manual.
Tree removal must take place during the raptor’s non-nesting season between September
and March.
Number and density of trees planted will be maximized to ensure adequate and
sustainable canopy growth over time.
Public Outreach And Review
A series of six community meetings were held in May and August of 2006 to present the project
scope and gather public input, which was incorporated into the plans during the design
development phase. An additional community meeting was held in January 2007 to present the
f’mal improvement plans, and the reaction among those in attendance was positive. In the
following month, the project received a staff level Architectural Review Board approval.
Staff has contacted project stake holders including adjacent neighborhood associations, business
owners, schools, day care centers and HOA’s with information about the scope of the proposed
CMR:390:08 Page 2 of 4
construction and preliminary work schedule. A dedicated web site will be established along with
a phone hot line that will each contain the latest information about the ongoing progress of the
project. An approved traffic control plan for the project will ensure that no more than one lane in
either direction would be closed during hours of construction.
The project will include extensive public outreach to inform the public of the anticipated
construction impacts. In addition to the dedicated web site, staff will issue a press release at the
start of the project and hand deliver notices to adjacent businesses and residents containing the
latest information about the ongoing progress including schedule updates, noise and construction
impacts expected during the project.
Summaw of Bid Process
Bid Name/Number
Proposed Length of Proiect
Number of Bids Mailed to
Contractors
Number of Bids Mailed to Builder’s
Exchanges
Total Days to Respond to Bid
Pre-Bid Meeting?
Number of Company Attendees at
Pre-Bid Meeting
Number of Bids Received:
Bid Price Range
San Antonio Street Tree Replacement, Median, and Road
Improvements Project, IFB# 126369.
90 days
24
10
27
Yes
12
7~
From a low of $1,056,900 to a high of $1,239,144
*Bid summary provided in Attachment B.
Staff has reviewed all bids submitted and recommends that the bid of $ 1,056,900 submitted by
Blossom Valley Construction, Inc. be accepted and that Blossom Valley Construction, Inc. be
declared the lowest responsible bidder. The bid is 12 percent below the engineer’s estimate of
$1,202,766. A contingency in the amount of $ 105,690, which equals 10 percent of the total
contract, is requested to address unforeseen conditions that may arise during the construction
period.
Staff confirmed with the Contractor’s State License Board that the contractor has an active
license on file. Staff checked references supplied by the contractor for previous work performed
and found no significant complaints.
RESOURCE IMPACT
This project is funded in the Capital Improvement Program (CIP) Projects PE-00104, San
Antonio Medians ($840,348) and PE-86070, Street Maintenance Program, ($322,242) utilizing
State Transportation Grant 1B funds.
CMR:390:08 Page 3 of 4
POLICY IMPLICATIONS
This project is in conformance with City ofPalo Alto’s Comprehensive Plan and does not
represent any changes to existing City policies.
ENVIRONMENTAL REVIEW
In February 2007, a Mitigated Negative Declaration (MND) was adopted pursuant to the
California Environmental Quality Act (CEQA). The MND covered the implementation of
landscape improvements along the entire length of San Antonio Road and its frontages. The
proposed project on San Antonio Road between Middlefield Road and Briarwood Way includes
mitigation measures that would reduce the identified environmental impacts to a less than
significant level and is subject to the applicable performance measures and Mitigation
Monitoring Program contained herein (Attachment D).
ATTACHMENTS
Attachment A: Contract
Attachment B: Bid Summary
Attachment C: Certificate of Non-Discrimination
Attachment D: Mitigation Monitoring and Reporting Program dated February 2007
PREPARED BY:
CHRIS RAFFERTY
Landscape Architect
DEPARTMENT HEAD:
GLENN ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
JAMES KEENE
City Manager
CMR:390:08 Page 4 of 4