Loading...
SR-502-002-04 (3) EPWM:CP:AA:GB F:\SP1868\CC1868.2.doc Santa Monica, California Council Meeting: June 26, 2001 TO: Mayor and City Council FROM: City Staff SUBJECT: Award of Construction Related Contracts for the FY 2000-2001 Water Main Replacement Project and Appropriate $433,127 from the Water Fund Introduction This report recommends that the City Council award a contract to the firm of Williams Supply Co. Inc., the best bidder, in the amount of $1,199,832 for construction of the FY 2000-2001 Water Main Replacement Project and approve $179,968 in contingency funds for this contract; 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 $140,000 for construction management services for the project and approve $21,000 in contingency funds; and appropriate $433,127 from the Water Fund. Background Each year, the City Council appropriates 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 Discussion A Notice Inviting Bids for the construction contract was published on April 13 and 16, 2001 in The Los Angeles Times, Westside Weekly and the F. W. Dodge newsletter. Bid packages were requested by sixteen contractors and the City Clerk's office received seven sealed bids, which were publicly opened and read aloud on May 2, 2001 at 3:00 p.m. by the Deputy City Clerk. The bid results were as follows: 1. Williams Supply Co., Inc. $1,199,832 2. Precision Pipeline, Inc. $1,223,915 3. Cedro Construction, Inc. $1,264,373 4. A.D. General Engineering Construction, Inc. $1,333,295 5. P&J Utility Company. $1,504,000 6. Vasilj, Inc. $1,685,052 7. Majich Bros., Inc. $1,798,750 City Engineer's Estimate $1,307,430 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. 2 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 William 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. After staff analysis of the bid results, the total bid amount of $1,185,644 submitted actually totaled $1,199,832. On May 4, 2001, Williams Supply Company submitted a letter notifying us of this miscalculation and concurrence with the new total amount of $ 1,199,832, which is still the best bid. Construction Management 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 Department?s Engineering and Utilities Divisions. Cost proposals were solicited from three of the pre-qualified firms in April 2001 and staff recommends DMR Team, Inc. to provide construction management services for this project. DMR Team is also currently managing the Water Main Replacement Project on Franklin Street, Montana Avenue 3 th and 26 Street awarded to the same contractor, Williams Water Supply Co. on May 8, 2001. Budget/Financial Impact FUNDS REQUIRED FOR THE CONSTRUCTION CONTRACT Construction Contract . . . . . . . . . . . . . . . . ...$1,199,832 Contingencies . . . . . . . . . . . . . . . . . . . . . ....$ 179,968 SUBTOTAL . . . . ....$1,379,800 FUNDS REQUIRED FOR THE CONSTRUCTION MANAGEMENT CONTRACT Construction Management Contract . . . . . ...$ 140,000 Contingency . . . . . . . . . . . . . . . . . . . . . . . ..$ 21,000 SUBTOTAL . . . . . ..$ 161,000 TOTAL FUNDS REQUIRED . . . . . . . . . . . . . . . . . . . . .$1,540,800 Funds in the amount of $433,127 are requested to be appropriated from the Water Fund to CIP account C25013601.589000. With the proposed appropriation, funds will be available in the following CIP accounts: C25013601.589000 "Water Main Upgrades"............$1,422,434 C25013600.589000 "Water Main Upgrades" ????$ 118,366 4 TOTAL AVAILABLE FUNDS ????.. $1,540,800 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 $1,199,832 for construction of the FY 2000-2001 Water Main Replacement Project and approve $179,968 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 $140,000 for construction management services for the project and approve $21,000 in contingency funds for this contract; 3. Appropriation $433,127 from the Water Fund to CIP account number C25013601.589000; and Authorize the City Engineer to issue any necessary change orders to complete 4. 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., Utilities Manager Dave Britton, P.E., Sr. Civil Engineer Charmaine Yambao, P.E., Utility Engineer James Creager, P.E., Civil Engineer 5