Loading...
SR-505-001-03 (9) EPWM:CP:AA:RS:SL: F:\DATA\SPFILES\Sp1707 Project 8\cc1707.doc Council Meeting: September 12, 2000 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award of Construction Contract to Preussag Pipe Rehabilitation Inc., for Project 8 - Repair of Earthquake-Damaged Sanitary Sewer Mains in the area bounded by the Easterly City Limits, Pico Boulevard, Appian Way, and Colorado Avenue; and Authorizing the City Manager to Negotiate and Execute a Professional Services Agreement for Construction Management and Inspection for the Project. Introduction This report recommends that the City Council award a construction contract to Preussag Pipe Rehabilitation, Inc. in the amount of $1,904,724.75, and contingency amount of $285,710, for the repair of earthquake-damaged sanitary sewer mains in the area bounded by the Easterly City Limits of Pico Boulevard, Appian Way, and Colorado Avenue. Staff also recommends that the City Council authorize the City Manager to negotiate and execute a professional services agreement in the amount of $488,928 with the firm of ASL Consulting Engineers for construction management and inspection services for the Project with a contingency amount of $73,340. Background After the Northridge Earthquake of January 17, 1994, the City initiated a citywide inspection program of the sewer system to identify the locations that were damaged and to request that the Federal Emergency Management Agency (FEMA) and the State?s Office of Emergency 1 Services (OES) approve funds for repair work. The City subsequently accepted a Grant Acceleration Program (GAP) offer from FEMA of $78 million for repair of the earthquake damaged sewer system throughout the City of Santa Monica. This project, one of eighteen sewer repair projects, will repair earthquake damaged sewer mains in various residential streets in the central section of the City. In order to minimize the impact of this construction project on the public, the repair of the sewer mains will be done using trenchless methods, where possible. In addition, City staff has identified other sewer repair work that is best done in conjunction with the earthquake sewer repairs. These repairs will also be paid for with GAP funds, following FEMA?s GAP Guidelines for Improved Projects. This work includes lining utility access holes, replacing existing obsolete access hole frames and covers, and installing additional utility access holes where required for maintenance purposes throughout the project area. Discussion A Notice Inviting Bids was published on July 9 and 13, 2000, in ?The Argonaut?, and with four construction journals, one electronic plan room, and one Internet advertising consultant. In addition, bidding documents were sent to eight women/minority-owned business enterprise associations (WMBE). Nineteen contractors requested bid packages. The City Clerk's office received four sealed bids, which were publicly opened and read aloud on August 9, 2000 by the Deputy City Clerk. 2 The Bid Results were as follows: 1. Preussag Pipe Rehabilitation, Inc........... ......................$1,904,724.75 2. Insituform Technologies, Inc.........................................$2,446,541.00 3. ZZ Liner, Inc. ..............................................................$3,123,896.00 4. Sancon Technologies, Inc. ..........................................$3,312,198.00 City Engineer's Estimate.... . . . .. $2,450,000 The lowest responsible bidder, Preussag Pipe Rehabilitation, Inc., has provided the City with five references for projects within Los Angeles County. All references reported that the Contractor's work was satisfactory. In addition, Preussag Pipe Rehabilitation has completed the four most recent sewer rehabilitation projects for the City of Santa Monica and has provided excellent construction crews and staff. The State Contractors? License Board verified that the Contractor's license is current and in good standing. In addition to award of the construction contract, this report recommends that the City Council authorize the City Manager to negotiate and execute a professional services contract for construction management and inspection of the construction work detailed above. Requests for Proposals were sent to five construction management firms inviting them to submit proposals for construction management and inspection services. The City received three proposals. The recommended firm, ASL Consulting Engineers, supplied the City with references from the Cities of Burbank, Camarillo, Compton, Oceanside, San Diego, and West Hollywood and all references reported that the consultant?s work was excellent. In addition, ASL has provided Construction Management and Inspection services on two recent 3 City of Santa Monica sewer rehabilitation projects, with excellent results. Budget/Financial Impact FUNDS REQUIRED FOR CONSTRUCTION CONTRACT Contract...................................$1,904,724.75 Contingency ...............................$285,710.00 SUB -TOTAL...........................$2,190,434.75 FUNDS REQUIRED FOR CONSTRUCTION MANAGEMENT CONTRACT Contract ..........................................$488,928 Contingency.......................................$73,340 SUB -TOTAL.................................. $562,268 TOTAL FUNDS REQUIRED ...$2,752,702.75 Sufficient budget authority for all contract expenses that are eligible for FEMA/OES reimbursement exists in Account No. E13308000.555010.40000 for construction and contingency of $2,190,434.75, and in Account No. E13308000.555060.50000 for construction management and contingency of $562,268. 4 The Wastewater Fund will set aside 10% of the construction costs in the amount of $190,472 in City Match Account No. E31308004.555010.40000 for construction, and associated construction management and inspection costs in the amount of $48,893 in City Match Account No. E31308004.555010.40000. FEMA/OES withholds these amounts from reimbursement until final audit, which may occur several years from now. Recommendation Staff recommends that the City Council: 1. Award a contract for repair of earthquake-damaged sewer mains in Project #8 to Preussag Pipe Rehabilitation Inc., the lowest responsible bidder, in the amount of $1,904,724.75 with a contingency amount of $285,710; and 2. Authorize the City Manager to negotiate and execute a professional services contract with ASL Consulting Engineers for construction management and inspection services in an amount not to exceed $488,928 with a contingency amount of $73,340; 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. Prepared by: Craig Perkins, Director of Environmental & Public Works Mgmt. Anthony Antich, P.E., City Engineer Jack Schroeder, P.E., Sewer Repair Program Manager Eugenia Chusid, Project Manager 5