Loading...
SR-506-001-03-01 (3) PCD:TMGMT:LD:F:\PCD\SHARE\COUNCIL2001\CROSSWALKS1bAWARD Council Meeting: May 22, 2001 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award of Construction Contract for the Pedestrian and Crosswalk Improvements, Phase 1 (b) Introduction This report recommends that the City Council award a contract for the construction of Pedestrian and Crosswalk Improvements, Phase 1 (b) to Terra-Cal, the best bidder, in the amount of $2,355,288 (excluding contingency) and to authorize the Transportation Planning Manager to issue any necessary change orders within budget authority to a total expenditure not to exceed $2,614,370. Background In September 1998, the City Council directed staff to complete a Pedestrian Crosswalk Enhancements study. The study recommended ways to improve pedestrian crossings along Montana Avenue, Ocean Avenue, Neilson Way and Barnard Way. Council reviewed the study recommendations in August 1999 and directed staff to design and construct them. Implementation of improvements at locations where pavement markings were the only recommendations was completed last spring. This project (Phase 1B) includes locations where improvements such as curb ramps and lighting are required to support the markings. It also includes permanent installation of median islands and repaving of Neilson Way. 1 Discussion The goal of pedestrian and crosswalk improvements is to enhance pedestrian movement and safety along identified study corridors. This construction package includes all of the remaining improvements to complete the implementation of crosswalk improvements along Montana Avenue, Ocean Avenue, Neilson Way and Barnard Way. The Notice Inviting Bids for construction of the project was published in the Metro th section of the Los Angeles Times on April 9 and in the Dodge Report Green Sheet on thth April 9 and April 10. A Notice Inviting Bids, along with the plans and specifications, was also provided to 11 construction journals and plan rooms, including 5 women/minority business enterprise (WMBE) associations. Twenty-seven contractors requested bid packages. The City Clerk's Office received eight sealed bids, which were publicly opened and read aloud on April 24, 2001, by the Deputy City Clerk. The bid results were as follows: Contractor Base Bid Pima Corporation dba: Advanced Construction $2,259,489.00 Terra-Cal Construction $2,355,288.00 Sequel Contractors Inc. $2,372,443.00 Palp, Inc. dba Excel Paving Company $2,486,504.00 Shawnan $2,527,935.00 Sully-Miller Contracting Co: $2,547,161.50 Los Angeles Engineering $2,804,041.75 Tapuz Enterprises, Inc: $3,152,149.00 $2,400.000- Engineer's Estimate $2,900,000 2 City staff and its construction manager, CBM, Inc. evaluated the bids and concluded that, pursuant to criteria set forth in S.M.M.C. Section 2.24.072, Terra-Cal Construction submitted the best bid. This decision is based on all of the criteria relevant to the bid. The City has absolute discretion in determining the applicability and weight, or relative weight, of some or all of the criteria listed in Section 2.24.072. Even though Pima Corporation submitted the lowest monetary bid ($95,799 or 4% less than Terra-Cal?s bid), the Code expressly provides that the City is not required to select the lowest monetary bidder, and staff is concerned with Pima?s ability to satisfactorily complete the work. Reference checks revealed that the performance of Pima Corporation on other City of Santa Monica projects has been well below expectations. Although Pima Corporation has recently been awarded another City project, staff feel that it would be preferable that only one project is undertaken by them at a time and that it be a project of a smaller scope. Over 30% of the value of the project consists of signal installation. Pima Corporation?s subcontractor, All-Electrical, is a sole proprietorship and at the time of the bid opening had no employees. In addition, thermoplastic striping is a specialty component of this project. Pima did not list a subcontract for this work, which could be interpreted as either non-responsive or as an assertion by Pima Corporation that it would perform this work. When questioned, Pima Corporation asserted that the work would be done by a person who would be on the payroll (an ?employee?) rather than a subcontractor. However, it appears that this arrangement is effectively a subcontractor arrangement, borne out by a written statement by the person in question. 3 On the other hand, all of the reference checks on Terra-Cal Construction provided high ratings. All contractors proposed by Terra-Cal Construction are regarded as good, experienced subcontractors with well-qualified and adequate workforces. The State Contractors? License Board verified that the Contractor?s license is current, active, and in good standing. Terra-Cal is rated as the ?best bid? because of those considerations and the fact that their price was within 4% of the lowest bid. Project Schedule Improvements on Montana Avenue are to be implemented by September 28, 2001. Improvements on Ocean Avenue and Barnard Way will be constructed as expeditiously as possible without disruption of summer traffic. Timing of construction on Neilson Way is being coordinated with a sewer project currently underway on this street, so that the median islands and paving will be completed following the sewer improvements. Currently, the sewer contractor is not expected to finish work in Neilson Way until September 2001. The final completion of the project, including completion of Neilson Way improvements is scheduled for December 21, 2001. Budget/Financial Impact: Funds required for this project are as follows: Construction Contract $2,355,288.00 Authorized Funding Total $2,614,370.00 Funds for the project are available in: account number C01045600.589000 Crosswalk improvements ($1,586,866), account C01045601.589000 Crosswalk improvements 4 ($227,506), account number C01084301.589000 Neilson Way Improvements ($555,000), and in C01015200.589 a street paving account managed by the Engineering Division ($245,000). CEQA Analysis The proposed project has been determined to be categorically exempt from the provisions of the California Environmental Quality Act (CEQA), pursuant to Article 19, Section 15301 ( c ) which was recently amended to define Class 1 exempt projects in the following way: "Class 1 consists of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving little or no expansion of use beyond that existing at the time of the lead agency?s determination. . ." This exemption lists as an example of "existing facilities:" "( c ) Existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities." The pedestrian and crosswalk enhancements include minor alterations of existing streets and sidewalks and include negligible or no expansion of these existing facilities. Recommendations: 1. Award a contract to Terra-Cal Construction in the amount of $2,355,288.00 excluding contingency. 2. Authorize the Transportation Planning Manager to issue any necessary change orders within budget authority to a total expenditure not to exceed $2,614,370, pursuant to Administrative Instructions on change orders. 5 Prepared by: Suzanne Frick, Director of Planning and Community Development Lucy Dyke, Transportation Planning Manager Beth Rolandson, Transportation Planning Associate 6