Loading...
SR-505-008 (2) EPWM:CP:AA:DB:SL:sp1320\PhaseIIC.CM\cc1320-5.doc Council Meeting: January 25, 2000 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award of Construction Contract for the Santa Monica Urban Runoff Recycling Facility - Phase II and Recommendation to Authorize the City Manager to Negotiate and Execute a Construction Management Contract for the Project Introduction This report recommends that the City Council award a construction contract to Pipe Line Equipment Rental, the lowest responsible bidder, in the amount of $1,489,532 for construction of the Santa Monica Urban Runoff Recycling Facility (SMURRF) - Phase II and approve $200,000 in contingency funds for this contract. This report also recommends that the City Council authorize the City Manager to negotiate and execute a professional services contract with Black and Veatch Corporation, in an amount not to exceed $120,000 for construction management of the project and approve $18,000 in contingency funds for this contract. Background On April 7, 1997, the City contracted with CH2M HILL Inc. to prepare architectural and engineering documents for construction of the SMURRF - Phase I. The SMURRF project will treat low flow runoff from the Pico-Kenter and Santa Monica Pier storm drains and 1 reuse the treated water for applications such as irrigating freeway, park and cemetery landscaping. Phase I of the project constructs the treatment facility. The construction of Phase I is more than half complete. The SMURRF - Phase II includes the construction of the recycled water pumps and pipeline. The pipeline will begin at the treatment facility, and will be placed in Colorado Boulevard traveling eastward to 11th Street. The pipeline will turn south on 11th Street to Olympic Boulevard, and then turn east on Olympic and end at 17th Street. Both Phases I and II of project construction are expected to be complete and operational in June, 2000. The proposed work does not include the distribution line extension to the Water Garden Project which will be bid separately and presented to Council for award in April, 2000. Discussion A Notice Inviting Bids for the construction contract was published on November 18 and 25, 1999 in the The Argonaut and F. W. Dodge newsletter. Bid documents were sent to 12 women/minority business enterprise (WMBE) associations. Bid packages were requested by 16 contractors. The City Clerk's office received six sealed bids which were publicly opened and read aloud on December, 16, 1999 by the Deputy City Clerk. The results were: Pipe Line Equipment Rental $ 1,489,532 Clarke Contracting Corporation $ 1,542,155 Majich Bros., Inc. $ 1,620,407 Colich and Sons $ 1,630,000 2 John T. Malloy, Inc $ 1,747,025 Mladen Buntitch Construction Co., Inc $ 1,867,797 City Engineer's Estimate $ 1,800,000 The lowest responsible bidder, Pipe Line Equipment Rental, supplied the City with the names of recent similar projects which included Barranca Parkway Extension for the Irvine Ranch Water District, Third Street Improvements in the City of Burbank, the Second Street Storm Drain for the Los Angeles County Public Works Department, a Los Angeles Municipal Courts project, Rose Hills Water Main, and several other storm drain and water main projects. City staff contacted representatives of the agencies and companies representing these projects and all respondents reported that the Contractor's work was very good. The California Contractors State License Board verified that the Contractor's license is active and in good standing as are the subcontractors' licenses active and in good standing. City staff also contacted the Center for Contract Compliance which reported that the Contractor had no labor compliance violations. A Request for Qualifications for construction management services was issued on July 26, 1999, to pre-qualify firms. Six firms from the pre-qualified list were interviewed by a selection panel which included representatives from the Engineering and Utilities Divisions of the Environmental and Public Works Management Department. The selection panel 3 recommended Black & Veatch Corporation to provide construction management services for this project. Black & Veatch Corporation is currently providing similar services for the City of Santa Monica's SMURRF ? Phase I construction and the Beach Improvement Group (B.I.G.) Project. Their performance on all projects to date has been excellent. Budget/Financial Impact Funds required for this project are: Construction $1,489,532 Contingency $ 200,000 Subtotal $1,689,532 Construction Management $ 120,000 Contingency $ 18,000 Subtotal $ 138,000 PROJECT TOTAL $1,827,532 Funds are available in the following accounts: Account No. Construction Const. Management Total C20030495.589000 $ 786,942 $ 786,942 C34055800.589000 $ 902,590 $138,000$1,040,590 SUB TOTAL $1,689,532 $138,000 $1,827,532 It is anticipated that one-half of the total project costs not reimbursed from grant funds in the amount of $520,295 will be reimbursed to Revenue Account No. 34661.402730 by the 4 City of Los Angeles. Recommendation Staff recommends that the City Council: 1. Award a contract for the construction of the SMURFF - Phase II project to Pipe Line Equipment Rental, the lowest responsible bidder, in the amount of $1,489,532 and approve $200,000 in contingency funds for this contract; and 2. Authorize the City Manager to negotiate and execute a professional services contract with Black and Veatch Corporation, in an amount not to exceed $120,000 for construction management services for the project and approve $18,000 in contingency funds for this contract; and 3. Authorize the City Engineer to issue any necessary change orders to complete additional work in conformance with the Administrative Instructions on change orders and within budget authority. Prepared by: Craig Perkins, Director of Environmental & Public Works Mgt. Anthony Antich, P.E., City Engineer Gil Borboa, P.E., Utilities Manager 5