Loading...
SR-506-003-07-02 ;. , bE ' ../.- EPWM: CP: AA:DB:RC \SP1817\CC1817-3.doc Santa Monica, Californ~EP 210. 211 Council Meeting: September 26, 2000 TO: Mayor and City Council FROM: City Staff SUBJECT: Recommendation to Award a Contract for the FY1999-2000 Street Light Circuit Conversion Project and Authorize the City Manager to Negotiate and Execute a Professional Services Contract for the Construction Management of the Project Introduction This report recommends that the City Council award a contract to California Electrical Services, the lowest responsible bidder, in the amount of $430,000 for construction of the FY1999-2000 Street Light Circuit Conversion Project and approve $70,000 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 the firm of DMR Team in an amount not to exceed $40,000 for construction management services for the project and approve $6,500 in contingency funds for this contract. Total funds of $546,500 are required for this contract. Background During the FY1999-2000 budget process, the City Council appropriated funds under the Streetlight Retrofit Program to replace deteriorated series electrical circuits and streetlights on certain streets within the City with modern, reliable, multiple circuits and streetlights. Staff identified Broadway between 9th Court and the easterly City limits as 1 (oE SEP 2.b - the first street to receive the upgrade. Discussion A Notice Inviting Bids for the construction contract was published on July 16 and 20, 2000 in Our Times and the F. W. Dodoe newsletter. Fourteen contractors requested bid packages and the City Clerk's office received five sealed bids, which were publicly opened and read aioud on August 7,2000 at 3:00 p.m. by the Deputy City Clerk. The bid results were as follows: 1. California Electrical Services $430,000 2. Dynalectric $430,360 3. CT & F, Inc. $437,850 4. Moore Electrical Contracting, Inc. $444,444 5. Comet Electrical, Inc. $610,000 City Engineer's Estimate $575,000 The lowest responsible bidder, California Electrical Services, supplied the City with the names of previous projects of a similar nature built by their firm including construction of signals and lighting for the Metropolitan Transportation Authority at Hollywood BoulevardNine and at Vermont Avenue/Santa Monica Boulevard for the LA. County n",n<=lrtrn",nt nf P"hlir- \Mnri<", <=Inri th", rihJ nf P<=I"'<=Iri",n<=l <:>t "<:>rin",,, Inr-<=Itinn", -"""t'.................... -. . .............., .. ..-. ,........ ........... ....- ~I"J ..." . .....""'........._11..... _.. y"",. _.....,""'OJ I,,",""""'''"'-'IIU. City staff conducted an extensive search of California Electrical Services references by contacting the agencies and companies representing these projects. All respondents 2 reported that the Contractor's work quality was satisfactory. The California Contractors' State License Board verified that since the Contractor's license was issued on June 5, 1985, there have been no citations or judgments against California Electrical Services, and that the Contractor's license is currently active and in good standing. A Request for Qualifications for construction management services was issued on July 26, 1999 to pre-qualify firms to provide construction management services to the City of Santa Monica. A panel that included representatives from the Environmental and Public Works Management Department, Civil Engineering and Utilities Divisions interviewed six firms from the pre-qualified list. The interview panel recommended DMR Team for this project. DMR Team has provided construction management services for a number of City projects such as the Pica Streetscape and Crosswalk Project, Joslyn Park Improvements, and the Federal 2 Street Resurfacing Project. Their performance on all projects to date has been excellent. Budget/Financial Impact FUNDS REQUIRED FOR THE CONSTRUCTION CONTRACT Construction Contract. . . . . . . . . . . . . . . . . .. $430,000 Contingencies . . . . . . . . . . . . . . . . . . . . . . . . . $ 70 .000 SUBTOTAL. . . . . . . . . .. $500,000 FUNDS REQUIRED FOR THE CONSTRUCTION MANAGEMENT CONTRACT Construction Management Contract. . . . . . .. $ 40,000 3 Contingency . . . . . . . . . . . . . . . . . . . . . . . . .. $ 6.500 SUBTOTAL. . . . . . . . . . . .$ 46,500 TOTAL FUNDS REQUIRED. . .. .. . . . . . . . . .. . . .. .. .. . $546.500 Funds in the amount of $546,500 are available in the following CIP account: C01 072401.589000 "Street Light Retrofit Program". Recommendation Staff recommends that the City Council: 1. Award a contract to the firm of California Electrical Services, the lowest responsible bidder, in the amount of $430,000 for construction of the FY1999- 2000 Street Light Circuit Conversion Project and approve $70,000 in contingency funds; and 2. Authorize the City Manager to negotiate and execute a professional services contract with the firm of DMR Team in an amount not to exceed $40,000 for construction management services for the project and approve $6,500 in contingency funds; and 4 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, Environmental and Public Works Mgmt. Dept. Anthony Antich, P.E., City Engineer Renee Cowhig, Maintenance Manager Kim Braun, Facilities Maintenance Superintendent Dave Britton, P.E., Sr. Civil Engineer 5