Loading...
SR-502-002-04 (2) EPWM:CP:AA:GB F:\SP1636\CC1636-1.doc Santa Monica, California Council Meeting: May 8, 2001 TO: Mayor and City Council FROM: City Staff SUBJECT: Recommendation to Award Construction Contract for Water Main th Replacement Project on Franklin Street, Montana Avenue and 26 Street 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 the firm of Williams Supply Company Inc., the best bidder, in the amount of $1,050,042 for construction of th the Water Main Replacement Project on Franklin Street, Montana Avenue and 26 Street and approve $157,000 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, Inc. in an amount not to exceed $97,500 for construction management services for the project and approve $15,000 in contingency funds for this contract. Background During the FY 1999-00 budget process, the City Council appropriated funds for the replacement of water mains at various locations throughout the City. Through this program, selected water mains are replaced on an annual basis due to age, corrosion and capacity demands. 1 $1,374,776.00 Discussion A Notice Inviting Bids for the construction contract was published on February 16 and 18, 2001 in The Los Angeles Times, Westside Weekly and the F. W. Dodge newsletter. Bid packages were requested by twenty-six contractors and the City Clerk's office received seventeen sealed bids, which were publicly opened and read aloud on March 19, 2001 at 3:00 p.m. by the Deputy City Clerk. The bid results were as follows: 1. Williams Supply Co., Inc. $1,050,042 2. W.A. Rasic Construction Co., Inc. $1,053,905 3. Gueno Development Co., Inc. $1,066,685 4. Cedro Construction, Inc. $1,067,978 5. Doty Bros. Equipment Co. $1,094,330 6. Pipe Line Equipment Rental $1,172,365 7. Universal Construction Co., Inc. $1,214,540 8. Valverde Construction, Inc. $1,236,616 9. So. Calif. Underground Construction $1,266,141 10. Colich & Sons $1,269,234 11. Majich Bros., Inc. $1,292,552 12. John T. Malloy, Inc $1,331,038 . 13. Miramontes Construction Co., Inc. $1,369,504 14. A.D. General Engineering Construction $1,381,932 15. Tomovich & Assoc. $1,428,550 2 16. Vasilj Construction Co., Inc. $1,481,980 17. Steve Babalo Construction Co., Inc. $1,541,742 City Engineer's Estimate $1,100,000 The best bidder, Williams Supply Co., Inc., supplied the City with the names of previous similar projects including water main replacement projects for Los Angeles County and the City of Whittier; Fire Hydrant Replacement and Flow Tests for the City of Beverly Hills; Water Main Replacement Project for the City of Oxnard; and Skyline and Temple Pipeline Water System Improvements for the City of Signal Hills. City staff contacted the agencies and companies representing these projects and all respondents reported that the Contractor's work quality was satisfactory and that work was completed in a timely and cost efficient manner. Staff also contacted the Center for Contract Compliance and found Williams Supply Co., Inc. in good standing and capable of handling labor compliance issues. The California Contractors State License Board verified that the Contractor's license is 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. Six firms from the pre-qualified list were interviewed by a panel that included representatives from the Environmental and Public Works Management 3 Department?s Engineering and Utilities Divisions. Cost proposals were solicited from three of the pre-qualified firms on March 21, 2001 and staff recommends DMR Team to provide construction management services for this project. Budget/Financial Impact FUNDS REQUIRED FOR THE CONSTRUCTION CONTRACT Construction Contract . . . . . . . . . . . . . . . . ...$1,050,042 Contingencies . . . . . . . . . . . . . . . . . . . . . ....$ 157,000 SUBTOTAL . . . . ....$1,207,042 FUNDS REQUIRED FOR THE CONSTRUCTION MANAGEMENT CONTRACT Construction Management Contract . . . . . ...$ 97,500 Contingency . . . . . . . . . . . . . . . . . . . . . . . ..$ 15,000 SUBTOTAL . . . . . ..$ 112,500 TOTAL FUNDS REQUIRED . . . . . . . ....$1,319,542 Funds are available in the following CIP accounts: C25013600.589000 "Water Main Upgrades" $ 893,963 C25013699.589000 "Water Main Upgrades" $ 425,579 $1,319,542 4 Recommendation Staff recommends that the City Council: 1. Award a contract to the firm of Williams Supply Co., Inc., the best bidder, in the amount of $1,050,042 for construction of the Water Main Replacement Project th on Franklin Street, Montana Avenue and 26 Street and approve $157,000 in contingency funds for this contract; 2. Authorize the City Manager to negotiate and execute a professional services contract with the firm of DMR Team, Inc. in an amount not to exceed $97,500 for construction management services for the project and approve $15,000 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, Environmental and Public Works Mgmt. Dept. Anthony Antich, P.E., City Engineer Gil Borboa, P.E., Utility Manager Dave Britton, P.E., Sr. Civil Engineer Charmaine Yambao, P.E., Utility Engineer Antonio Shaibani, P.E., Civil Engineer Associate 5