Loading...
SR-6A (4) Ct;-ntr-dc(s #(0770 rc> 6A "1\ t:rAuf &77/ CC5 EPWM CP AA RS.sm SP1621[s \cc1621 wpd] SEP 1 6 1997 Council Meeting September 16, 1997 Santa Momca, Callforma TO Mayor and CIty Council FROM City Staff SUBJECT Award of ConstructIon Contract for RepaIr of Earthquake Damaged Sewer Mams In 1st through 12th Courts between Georgina and Colorado Avenues and AuthOrizatIon to Negotiate and Execute a ProfeSSional Services Contract for ConstructIon Management and InspectIon of the Sewer RepaIr Work Introduction This report recommends that the City CounCil award a construction contract for the repair of earthquake damaged sewer mains m 1st through 12th Courts between Georgina and Colorado Avenues to Insltuform Southwest, Inc, the lowest responsible bidder, In the amount of $4,651.285 Staff IS also recommendmg that the City Council authOrize the City Manager to negotiate and execute a profeSSIonal services agreement In an amount not to exceed $360,000 With the constructIon management firm of Harns & Associates, Englneenng Consultants, for construction management and inspection services Background The City of Santa MOnica's sanitary sewer system sustamed damage dUring the Northndge Earthquake of January 17, 1994 Immediately after the disaster, the City Inltrated a citywide inspection program of the sewer system to Identify the locations that were damaged and to request that the Federal Emergency Management Agency (FEMA) and the State's Office of Emergency Services (OES) approve funds for the repair work FEMA/OES has approved $68 million for the repair of the earthquake damaged sewer 1 -. 6A SEP 1 6 1997 system throughout the City of Santa Monica ThIS project wIll repaIr earthquake damaged sewer maIns and maIntenance access holes at 16 locations throughout the City The damage was documented by FEMAlOES and CIty Staff dUring the preparatIon of Damage SUNey Reports (DSRs), whIch IdentIfy the scope of repair work, approximate the cost of repair, construction management and mspectlon, contingencies and CIty staff tIme Two additional components of thiS project Include repair to mamtenance access holes and upgrading the capacity of sewer mams at certain locations The capacIty upgrade was designed as a result of a citYWIde flow momtorlng study The City has requested that these components be reimbursed by FEMA ThiS portion of the project will be funded temporarily from the Wastewater Fund until the supplemental DSRs are approved In order to minimiZe the Impact of thiS constructIon project on the pubhc, the repaIr of the sewer mains Will be done usmg trenchless technology methods In locations where It IS possIble These proposed methods Include the installation of a 'Lllner" InSide the eXlstmg sewer pipe or the installation of a larger pipe through the eXlstmg pipe by a method called '-pipe burstIng" These methods are preferred to traditional excavation/replacement methods Since access to the area can be mamtalned dunng construction thus mInimizing disruption to local reSidents and busmesses In areas where repair by trenchless technology methods IS not feaSible, the eXisting damaged sewer pipes Will be replaced with new sewer pipe by tradItional methods 2 -- In addition to the earthquake repaIr work, City staff has Identified necessary non- earthquake related sewer upgrades whIch Will be done as part of this construction project ThiS additional work IS typIcally part of the City's annual sewer mamtenance program which IS funded by the City's Wastewater Fund ThiS work mcludes the repair of the access hole bottoms. replacement of eXisting obsolete access hole frames and covers, and Installing additional access holes where required for mamtenance purposes throughout the project area The reSidents and businesses affected by thiS project Will receive three information letters providing schedule mformatlon In their neighborhood The first letter Will be sent 10 days pnor to the start of the project, the second letter Will serve as a remmder two days prior, and the final letter Will announce the completion of the project Problems and complaints can be responded to 24 hours a day by the construction management firm ReSidents and bUSinesses Will be proVided an 800 telephone number to report concerns DISCUSSion A Notice InVIting Bids was published on May 15 and May 16,1997 In The Outlook, as well as In four construction journals, one electrOnic plan room and one Internet advertiSing consultant In addition. bidding documents were sent to eight women/mlnonty-owned busmess enterpnse aSsociations (WMBE) Bid packages were requested by sixteen contractors The City Clerk's office received two sealed bids, which were publicly opened and read aloud on June 24, 1997 by the Deputy City Clerk 3 Results were as follows 1 Insltuform Southwest, Inc $4,651,285 2 U- Liner West . $4,986,667 City Engineer's Estimate $4,700,000 The low bidder. Insltuform Southwest, Inc , IS currently under contract with the City to repair earthquake damaged sewer mains In Lincoln and 11th Courts between Georgina and Colorado Avenues City staff expects the project to be completed on schedule and within budget Insltuform Southwest, Inc , has previously completed sewer repair projects for the City Insltuform Southwest, Inc, supplied the CIty With seven references and all references reported that the Contractor's work was satisfactory The State Contractors' License Board verified that the Contractor's license IS current and In good standmg In addition to the award of the construction contract, thiS report recommends that the City Council authOrize the City Manager to negotiate and execute a profeSSional services contract for construction management and mspectlon of the construction work detailed above Requests for Proposals were sent to eight construction management firms Invltmg them to submit proposals for construction management and Inspection services The City received five proposals The recommended firm, Hams & Associates, supplied the City With seven references and all references reported that the consultant's work was excellent 4 Budget/Financial Impact FUNDS REQUIRED FOR CONSTRUCTION CONTRACT Contract $4,651,285 Contingency (15%) $ 697.693 SUB TOTAL $5,348,978 FUNOS REQUIRED FOR PROFESSIONAL SERVICES CONTRACT Contract $ 360,000 Contingency (15%) $ 54.000 SUBTOTAL $ 414,000 TOTAL FUNDS REQUIRED $ 5,762,978 SuffiCIent budget authority for all of the contract expenses which are eligible for FEMAlOES reimbursement at this time eXists In the Disaster Rehef (13) Fund's -'Citywide Sewer Repairs" prOject account In order that the FEMAlOES reimbursement - ehglble project expenses may be budgeted and tracked properly by work site, It Will be necessary to transfer appropriate amounts of budget authority from the CitywIde Sewer Repairs project account (#13-500-661-86780-8820-13006) to IndiVidual 13 Fund project accounts for each of the work sites The total amount of budget authonty to be transferred out of the Citywide Sewer Repairs account at this time equals $4,605,425 The dlstnbutlon of thiS amount to the new individual work site accounts IS shown with the "FEMA Portions" of the spreadsheets shown wIthin ExhIbit A, which IS attached to thiS staff report 5 Currently. a portion of the earthquake related construction and professional services recommended by this report have not been approved by FEMAlOES for reimbursement I n order to finance this portion of the project, the Wastewater Fund will be utilized until supplemental DSRs are approved by FEMA An amount of $793,409 from the Wastewater Fund IS available In account no 31-760-661-20098-8905-99124 ("Earthquake Sewer Repair - City Match") The Wastewater Fund will be reimbursed once supplemental DSRs are approved The Wastewater Fund Will also be utilized to finance non-earthquake related mamtenance work and the associated constructIOn management and Inspection cost recommended by thiS report An amount of $164,144 IS available In account no 31-760-661-20097-8900- 99120 and an amount of $200,000 IS available In account no 31-760-661-20098-8900- 99920 for thiS work FEMA/OES Will advance 90% of the $4,605,425 ($4,471,286 for construction plus $134,139 for construction management) req u Ired for the reimbursable portion of thiS proJect. and the remaining 10% Will be provided after the project IS completed and final FEMNOES Inspection and audit, whIch may not take place for several years To finance the 10% amount dUring the mterlm, an additional $460,543 IS to be appropnated In the Wastewater Fund's Earthquake Sewer Repair - City Match CIP Account (#31-760-661- 20098-8905-99124) Necessary Wastewater Fund appropnatlons are also shown In detail wlthm the attached Exhibit A 6 Recommendation Staff recommends that the City Council 1 Award a contract for repair of earthquake-damaged sewer mains In 1 st throug h 12th Courts between GeorgIna and Colorado Avenues to Insltuform Southwest Inc I the lowest responsIble bidder, In the amount of $4,651,285, 2 AuthOrize the City Manager to negotiate and execute a profeSSional services contract WIth Hams & ASSOCiates for construction management and inspection servIces In the amount of $360,000, 3 AuthOrize the City Engmeer to Issue any necessary change orders to complete additional work In conformance With the AdmInistrative Instructions on change orders, and 4 Approve the use of Disaster Relief Funds as shown on Exhibit A Attachment Exhibit A Prepared By Craig Perkins, Director of EnVironmental & PubliC Works Mgmt Anthony Antlch, P E , CIty Engineer Eugenia ChUSld, CIVil Engmeer ASSOCiate 7 EXHIBIT uA" SPECIFIC ACCOUNT INFORMATION EXHIBIT "A" CONSTRUCTION CONTRACT SOURCE OF FUNDS ACCOUNT NUMBER CONSTRUCTION CONTINGENCY TOTAL CONTRACT (15%1 CURRENT 13-500-402-39362-5501-13006 $221,529 533,229 $254,758 FEMA PORTION 13-500-402-39368-5501-13006 $258,020 $38,703 $296,723 13-500-402-39364-5501-13006 $134.459 $20,169 $154,628 13 -500-402-3931 5-5501-13006 $152,361 $22,854 $175,215 13 -500-402-39366-5501-13006 5259,066 538,860 $297,926 13-500-402-39356-5501-13006 5278,495 541,774 $320,269 13-500-402-39358-5501-13006 5261,550 539,233 $300,783 13-500-402-39317 -550 1-13006 5604,492 $90,674 $695,166 13-500-402.39309-5501-13006 $80,301 $12,045 $92,346 13-500-402-39376-5501-13006 $495.815 $74,372 $570,187 13-500-402-39321-5501-13006 $385,729 $57,859 $443,588 13-500-402-39326-5501-13006 $557,132 $83,570 $640,702 13-500-402-39311-5501-13006 $44,160 $6,624 $50,784 13-500-402-39330-5501-13006 5100,166 $15,025 $115,191 13-500-402-39313-5501-13006 $54,800 58,220 $63,020 ($ 4,471,286 In total) 53,888,075 $583,211 $4,471,286 CITY PORTION 31-760-661-20098~900-99920 $161,419 $24,213 $185,632 31-760-661.20097~900-99120 $132,481 $19,872 $152,353 ($ 337,985 In total) $293,900 $44,085 $337,985 INTERIM ACCOUNT" 31-760-661-200 98~905-99124 $469,310 570,397 $539,707 ($ 539,707 In total) TOTAL CONSTRUCTION CONTRACT $4,651,285 $697,693 $5,348,978 CONSTRUCTION MANAGEMENT AND INSPECTION CONTRACT SOURCE OF FUNDS ACCOUNT NUMBER CM&I CONTINGENCY TOTAL CONTRACT (3%' (15%) CURRENT 13-500-402-39362-5506-13006 $6,646 $997 $7,643 FEMA PORTION 13-500-402-39368-5506-13006 $7,741 $1,161 $8,902 13-500-402-39364-5506-13006 $4,034 $605 $4,639 13-500-402-39315-5506-13006 $4,571 5686 $5,256 13-500-402.39366.5506-13006 57,772 51 , 166 $8,938 13-500-402-39356-5506-13006 $8,355 51 ,253 $9,608 13-500-402-39358 -5506-13006 $7,847 $1,177 $9,023 13-500-402-39317 -5506-13006 $18,135 $2,720 $20,855 13-500-402-39309-5506-13006 $2,409 $361 $2,770 13-500-402-39376-5506-13006 $14,874 $2,231 $17,106 13-500-402-39321-5506-13006 $11,572 $1,736 $13,308 13-500-402-39326-5506-13006 $16,714 $2,507 $19,221 13-500-402-39311-5506-13006 $1,325 $199 $1,524 13-500-402-39330-5506-13006 $3,005 $451 $3,456 13-500-402-39313-5506-13006 $1,644 $247 $1,891 ($ 134,139 In total) $116,642 $17,496 $134,139 CITY PORTION 31-760-661.20098~900-99920 $12,494 $1,874 $14,368 31-760-661-20097-8900-99120 $10,253 $1,538 $11,791 ($ 26,159 10 tota I) 522,747 $3,412 $26,159 INTERIM ACCOUNT" 31-760-661-20098-8905-99124 $220,610 533,092 $253,702 ($ 253,702 In total) TOTAL PROFESSIONAL SERVICES CONTRACT $360,000 $54,000 $414,000 * INTERIM ACCOUNT REQUIRED TO FUND EARTHQUAKE RELATED CONSTRUCTION AND PROFESSIONAL SERVICES WORK UNTIL SUPPLEMENTAL DSR'S ARE APPROVED BY FEMA Page 1 EXHIBIT "A" CONSTRUCTION CONTRACT SUPPLEMENTS SOURCE OF FUNDS SUPPLEMENTAL DSR ESTfMA TED CONTINGENCY TOTAL ACCOUNT NUMBER SUPPLEMENTS (15%) FEMA PORTION 13-500-402-39362-5501-13006 $30,000 $4,500 $34,500 13-500-402-39368-5501-13006 $21,500 $3,225 $24,725 13-500-402-39364-5501-13006 $12,500 $1,875 $14,375 13-500-402-39315-5501-13006 $14,500 $2,175 $16,675 13-500-402-39386-5501-13006 $19,500 $2,925 $22,425 13-500-402-39356-5501-13006 S6,000 $900 $6,900 13.500-402 -39358-5501-13006 522,000 53,300 $25,300 13-500-402-39317 -5501-13006 595,392 514,309 $109,701 13-500-402-39309-5501-13006 $0 $0 $0 13-500-402-39376-5501-13006 $116,648 $17,497 $134,145 13-500-402-39321-5501-13008 $17,500 $2,625 $20,125 13 -500-402-39326-5501-13006 $106,270 515,941 $122,211 13-500-402-39311-5501-13006 $4,500 5675 $5,175 13-500-402-39330-5501-13006 $0 $0 $0 13-500-402-39313-5501-13006 $3,000 $450 $3,450 SUB-TOTAL $469,310 $70,397 $539,707 INTERIM ACCOUNT-. 31-760-861-20098-8905-99124 $469,310 $70,397 $539,701 CONSTRUCTION MANAGEMENT AND INSPECTION SUPPLEMENTS SOURCE OF FUNDS SUPPLEMENTAL DSR ESTIMATED CONTINGENCY TOTAL ACCOUNT NUMBER SUPPLEMENTS (15%) FEMA PORTION 13-500 -402 -39362-5506 -13006 512,822 $1,923 $14,745 13 -500 -402-39368-5506 -13006 $13.894 $2,084 $15,978 13-500-402-39364-5506-13006 $7,341 $1,101 $8,442 13 -500 -402-39315-5506 -13006 $8,344 $1,252 $9,595 13 -500-402-39366-5506-13006 $13,788 $2,068 $15,851 13 -500-402-39356-5506-13006 513,664 $2.050 $15,114 13 -500-402-39358-5506-13006 $14,100 $2,115 $16,215 13-500-402-39317 -5506-13006 536,035 $5,405 $41,440 13-500-402-39309-5506-13006 $3,806 $571 $4,371 13-500-402-39378-5506-13006 $32,529 $4,879 $37,408 13-500-402-39321-5506-13006 $19,637 $2,946 $22,583 13-500-402-39328-5506-13006 $34,632 $5,195 $39,827 13-500-402-39311-5506-13006 52,441 $366 $2,808 13-500-402-39330 -5506-13006 $4,748 $712 $5,460 13-500-402-39313-5506-13006 $2,830 $424 $3,254 SUB-TOTAL $220,610 $33,092 $253,102 INTERIM ACCOUNT*- 31-760-661-20098-8905-99124 $220,610 $33,092 $253,702 I TOTAL I 31-760-661-20098-8905-99124 I $689,920 I $103,488 I $793,409 I -. ADDITIONAL $ 460,54300 TO BE ADDED TO THE 31-760-661-20098-8905-99124 ACCOUNT TO COVER 10% OF REMAINING COST WHICH WILL BE RETAINED BY FEMA UNTIL FINAL AUDIT .- 31 FUND WILL BE REIMBURSED ONCE SUPPLEMENTAL DSR'S ARE APPROVED BY FEMA Page 2 - - - -- ---