Loading...
SR-505-001-03 (10) EPWM:CP:AA:RS:SL: F:\DATA\SPFILES\Sp1808 Project 13\cc1808r2.doc Council Meeting: February 27, 2001 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Recommendation to Waive Competitive Bidding and Authorize the City Manager to Negotiate and Execute a Contract with Preussag Pipe Rehabilitation, Inc. for Sewer Project 13 ? Repair of Earthquake-Damaged Sanitary Sewer Mains; and Authorize the City Manager to Negotiate and Execute a Professional Services Agreement with Tetra Tech ASL, Inc. for Construction Management and Inspection for the Project. Introduction This report recommends that the City Council waive competitive bidding requirements in accordance with Santa Monica Municipal Code Section 2.24.071(e), and authorize the City Manager to negotiate and execute a contract with Preussag Pipe Rehabilitation, Inc. for sewer repair work in the area bounded by Pico Boulevard, the Easterly City Limits, Ocean th Park Boulevard and 4 Street, in an amount not to exceed $2,529,809, and approve a contingency in the amount of $379,471. Staff also recommends that the City Council authorize the City Manager to negotiate and execute a professional services agreement in an amount not to exceed $ 346,120, with Tetra Tech ASL, Inc., Engineering Consultants, for construction management and inspection services for the project, and approve a contingency in the amount of $51,918. 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 1 requested that the Federal Emergency Management Agency (FEMA) and the State?s Office of Emergency Services approve funds for repair work. The City subsequently accepted a Grant Acceleration Program (GAP) offer from FEMA in the amount of $78 million for the repair of the earthquake damaged sewer system throughout the City of Santa Monica. This project is one of eighteen sewer repair projects, ten of which involve in-situ lining of sewers, and eight of which involve traditional open-cut construction. In addition to the FEMA approved scope of work, City staff has identified other necessary sewer repairs that are best done in conjunction with the earthquake sewer repairs. These repairs will also be paid for with the 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 throughout the project area, for maintenance purposes. Discussion Sewer Project 13 includes the repair of earthquake damaged sewer mains in Lincoln Boulevard, Ocean Park Boulevard and various residential streets in the central section of the City. It is the last of the ten sewer repair projects that will be done primarily by trenchless in-situ lining of sewers. All other remaining projects will be done by conventional open-cut construction. 2 Construction Contract Staff requested Preussag Pipe Rehabilitation, Inc. (PPR) propose a schedule of prices for carrying out the work on Sewer Project 13, for possible consideration in lieu of a formal bidding procedure, for the following reasons: ? PPR has completed the seven most recent sewer-lining projects for the City of Santa Monica and was the sole bidder on the most recent sewer-lining project advertised, resulting in award of Contract 7848(CCS). There is no reason to believe that more contractors would bid on Sewer Project 13, or that they would be able to submit more favorable prices than PPR. ? PPR has provided excellent construction crews and staff, and has saved the City a considerable amount of time and money due to their efficient method of installation. Additionally, PPR has proven to be very sensitive to the needs of our residents, and staff has received a number of calls from the public and business owners praising their work. The State Contractors? License Board has verified that their Contractor?s license is current and in good standing. ? Waiving a formal competitive advertising and bidding process would save the City an estimated four months, thus reducing the time when the City would remain dependent upon earthquake damaged sewers. It would also reduce City administrative costs, and most likely reduce construction costs, since it would save the contractor the time and expense of bid preparation. 3 Construction Management and Inspection Services Request for Proposals were sent to five construction management firms, inviting them to submit their proposals for construction management and inspection services. The City received four proposals. Two firms, Harris & Associates and Tetra Tech ASL, Inc., Consulting Engineers, were found to be the best qualified to satisfy the City?s requirements. Of the two, Tetra Tech ASL, Inc., is considered the most suitable for this project, based on their current workload projections, their available staff and the quality of their past services to the City. Tetra Tech ASL, Inc., has supplied the City with references from the Cities of Burbank, Camarillo, Compton, Oceanside, San Diego, and West Hollywood. All project representatives reported that the Consultant?s work was excellent. Additionally, Tetra Tech ASL, Inc., has provided highly satisfactory services to the City on several similar sewer repair projects. Public Outreach The residents and businesses that will be affected by this project will receive four informational letters outlining construction schedules for their neighborhood. The first letter will be sent one month prior to the start of construction and will have the overall information about the upcoming project. The second letter will be sent 10 days prior to the start of the project and will contain specific information about the dates of construction in their area. The third letter will serve as a reminder, two days prior to construction and the final letter will announce the completion of the project. Telephone calls from the public with questions and concerns will be responded to 24 hours a day, 7 days a week by the 4 construction management firm. Residents and businesses will be provided with a toll free telephone number in all the informational letters. Budget/Financial Impact The cost of the work to be undertaken is a part of the Grant Acceleration Program (GAP) Settlement with FEMA, and the negotiated cost for this Sewer Project is as follows: FUNDS REQUIRED FOR CONSTRUCTION CONTRACT Contract....................................................$ 2,529,809 Contingency .................................................$379,471 SUB ?TOTAL ..........................................$ 2,909, 280 FUNDS REQUIRED FOR CONSTRUCTION MANAGEMENT CONTRACT Contract ......................................................$ 346,120 Contingency...................................................$ 51,918 SUB -TOTAL............................................... $ 398,038 TOTAL FUNDS REQUIRED???.......????$ 3,307,318 Sufficient budget authority for all of the contract expenses that are eligible for FEMA/OES reimbursement exists in Account No. E13313000.555010.40000 for construction and contingency of $2,909,280, and in Account No. E13313000.555060.50000 for construction management and contingency of $ 398,038. 5 The Wastewater Fund will set aside 10% of the construction costs in the amount of $ 290,928 in City Match Account No. E31313004.555010.40000 for construction, and the associated construction management and inspection costs in the amount of $ 39,804, in City Match Account No. E31313004.555010.40000, which FEMA/OES withholds from reimbursement until final audit, which may occur several years from now. Recommendation Staff recommends that the City Council: 1. Make a finding, in accordance with Santa Monica Municipal Code Section 2.24.071(e), that the goods and services to be furnished for Sewer Project 13 may be purchased more reasonably on the open market than through public works bidding procedures; and that, due to urgent necessity, the public health, welfare or safety would be jeopardized if the public works bidding procedures were followed. 2. Authorize the City Manager to negotiate and execute a construction contract with Preussag Pipe Rehabilitation, Inc in an amount not to exceed $2,529,809 and authorize a contingency amount of $379,471; 3. Authorize the City Manager to negotiate and execute a professional services contract with Tetra Tech ASL, Inc. for construction management and inspection services in an amount not to exceed $346,120 and a contingency amount of $51,918; and 4. Authorize the City Engineer to issue any necessary change orders to complete 6 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 7