Loading...
SR-6-I (62) ~{r-tJd-:ft-1Voo (It(~~) (,1 C611/JrNJ-4F--;WI (P;(ad- ff/fltffd) OCT 2 7 1998 EPWM CP AA JS SL s S Isp15521applanlcc1552a wpd Council Meeting October 27,1998 Santa MOnica, California TO Mayor and City Council FROM City Staff SUBJECT Award a Construction Contract to Montgomery Watson Amencas, Inc, and Authonze the City Manager to Negotiate and Execute a Construction Management and Inspection Contract with Black and Veatch for the Repair of the Appian Way Portion of the Coastal Interceptor Sewer Project Introduction This report recommends that the City Council award a construction contract to Montgomery Watson Americas. Inc In the amount of $2,357,070 and authorize the City Manager to negoliate and execute a construction management and Inspection contract with Black and Veatch, Inc In an amount not to exceed $388,000 for repair of the Appian Way portion of the Coastal Interceptor Sewer Background The Coastal Interceptor Sewer (CIS) collects sewage from the City of Los Angeles. north of the City limits and, with additional flows from the City of Santa Monica, carnes It to the City of Los Angeles' Hypenon Plant for treatment Many sections of the CIS were damaged by the 1994 Northndge earthquake and plans are underway to repair the damage The cities of Santa Monica and Los Angeles are JOintly working on this rehabilitation effort, with Santa Monica serving as the lead agency The rehabilitation of the CIS Will Involve seven construction contracts, one of WhiCh, the Moss Avenue Pumping 1 (PI OCT 2 7 1998 -- --- ----- Station Structural Shell, has been completed In addition to the contract awarded by this staff report, there will be five additional contracts They are Moss Avenue Pump Station Phase 2 (the electrical, mechanical and above- grade str'Jctural completion of the station) . Moss Avenue Pumping Station Phase 3 (finish SIte work and landscaping) PCH Sewer Main Replacement Ocean/Pica/Main Sewer Main Rehabilitation (ulillzlng trenchless lining) Neilson Way Relief Sewer Main Installation Adequate funds are available to complete the work proposed by thiS staff report and the Moss Avenue Pumping Stallon Phase 2 contract Funds to complete the remaining projects are dependent upon receipt of reimbursement from the City of Los Angeles, pending accord reached on the new multi-agency agreement OIScusslon Of the 25,600 feet of CIS pipeline to be replaced. an approximate 1,000 foot secllon requires particularly Intensive work ThiS 1,000 foot portion of the CIS project Includes the construction of a large diameter (between 54" to 60") sewer In Appian Way from PaCifiC Coast Highway to the Moss Avenue Pumping Station. a new Inlet structure at Moss Avenue Pumping Station, and dual sewer force mains In Appian Way and Seaside Terrace from the Moss Avenue Pumping Station to Ocean Avenue 2 At Its September 8. 1998 meeting, City Council waived competitive bidding, and authorized the City Manager to negotiate a contract for the accelerated construclion of this portion of the Coastal Interceptor System due to urgent necessity and to protect the public health, welfare and safety At that time, staff Indicated It would return to City Council at a subsequent meeting With a recommendalion to award a construclion contract based on negolialions Staff entered Into negotiations With MontgDmery WatsDn Americas, Inc, follOWing City Council's September 8, 1998 apprDval Montgomery Watson sent plans and speclflcatlDns to three construction firms qualified to perform micro-tunneling Proposals were received from two firms, the best Df which was Incorporated Into a negoliated deslgn- bUild cDntract With Montgomery Watson Americas, Inc An Independent proposal. prOVided to staff by a second design-bUild firm for comparison purposes, was substantially higher Staff recommends award of a contract In the amDunt of $2.357,070 to Montgomery Watson Americas, Inc, for construclion of this portion of the Coastal Interceptor Sewer Project In addltIDn tD the award Df the CDnstructlDn contract. this repDrt recDmmends that the City CDuncl1 authOrize the City Manager to negDtlate and execute a prDfesslonal services cDntract fDr the cDnstruclion management and InSpectlDn Df the project The recommended finn, Slack and Veatch, Inc , has successfully Inspected and managed the construction of the completed Moss Avenue Pumping Station Structural Shell project, IS part of the Coastal Interceptor Sewer project's peer review and construction management 3 and Inspection team, and has provided excellent service for the past ten years to the City of Los Angeles for the Hyperlon Wastewater Treatment Plant Upgrade project Black and Veatch has the expertise to accommodate the multi-diSCiplinary technical skills required for thiS project While It IS Imperative that the design work begin Immediately. construction Will not commence until the City CounCil has certified the CEQA (California Environmental Quality Act) review which IS currently In progress Staff Will bring the CEQA certification request to Council In December Any required mitigation measures will be Incorporated Into the contract prior to commencement of construction sudgetlFlnanclallmoact FUNDS REQUIRED FOR CONSTRUCTION CONTRACT Contract $2.357,070 Contingency 950,000 SUB-TOTAL $3,307, 070 FUNDS REQUIRED FOR CONSTRUCTION MANAGEMENT CONTRACT Contract $388.000 Contingency 75,000 SUB-TOTAL $463.000 TOTAL FUNDS REQUIRED $3.770,070 4 Funds are available In the amount of $1,559.820 for the Moss Avenue Pumping Station portion of the project In CIP account number 31-760-661-20099-8900-99345 (Moss Avenue Phase II) Funds are available In the amount of $2,210,250 In CIP account number 31-760-661-20099-8900-99210 (CIS/PCH) for the remainder of the project Under their current agreement with the City of Santa Monica. the City of Los Angeles IS responsible for 90% of all capital Improvement costs Recommendation Staff recommends that the City Council 1 Award a deSign and construclion contract In the amount of $2,357,070 for the Appian Way project to Montgomery Watson Americas, Inc , and authorize staff to proceed with the deSign of thiS project Construction shall commence only after the CounCil has certified the CEQA review and any reqUired mitigation measures are Incorporated Into the contract 2 Authorize the City Manager to negotiate and execute a professional services contract In an amount not to exceed $388,000 with Black and Veatch. Inc for construction management and Inspection services. and, 3 Authonze the City Engineer to Issue any necessary change orders to complete additional work within budget authority Prepared by Craig Perkins, EnVironmental and Public Works Management Director Anthony Antlch, P E , City Engineer 811 Borboa, Utilities Manager Jack Schroeder, P E Sewer Repair Program Manager Susan Lowell. P E , CIvil Engineer 5 I " . I '11111 ! III I --' g 0 Iii: < ! , i. ii'I!~ :!. I!! I L{) , , .- I 'I' I I I 0 0 , Il!! ~~I!~,b :1111, H~ i! ~z ~ i Q i : !'II' Co "l"f,! I 1111 .111 I ~ II. I ~ :5 ~ f3 ~ I tl. -: I "j .9 B \ i i:l c( a.. ;j! !l! ~ . :-, -~ II '. . ,I ~ ! I V> 0 13 NW l-- ~ ~ .~I! -: II i. i ! II l.LJ i:5~ ~.-s j I fail i : I q I : ullll i BI. ; p: I ~, a.. "- Q: I I i I I II ~!. .... ..~V~..,!... p. ". ]: ~'.~..I J <):tC''7 ~)~' ~ Ir ill I:J CD i . /~--: /\-J; !Ili ;' v d '.,;..y d "'1/ Ii I-- I 1 i " I; / j ~ i! '- ~ I; ~.. ~ ~[ I " ..--/1 S\: . ~'1. ~m , O~ . ~ ; ~~ , o~ I f; IL Z I ~ Q() I i N~ \ ... i N zi.. I ~ I <~ i I fi'l llU: lu lJil i ,.9 II i IU ILl I lJJ i ! ! m ~r , '!l . I ' G I'l! I ~~i II h ~ ~i ! ~"" I~..:n~ .lli w C I.I~ rl D ~i: ! . i III ~~ II E I ~! ! ; oc ! - .... ! I ()o ,~ I... E 'I :i '@)" I :n - ,. I, ~ Ii! ~ ~. ~ I Ii I' I . -oc.:=:::? [j , ~~4 ,---.1J '. ~161. ~!,;1. \ (i) ~~ I' 09 ~/ "'~' ~ . 8~ ",LJ ,'--- ilL"'! . I /' 1[3 '-r ~ L-/ '!, In i II/! I ,'>--.~ , ~ I 1/ " . .. ~ ~I. ~ <l~ .~ / , \(,;', , !" e'le.! i ,. . ! rd I -' . '--" .~)" A..' '. . .' q '-=--'7 ---, "'!iJJ y--/'- \ / , II ~..- '- .' I L I I \ ! I II 0 ",to'Olloi' 0 Y liS I I ~ ntiJ~ / \ i I Il;,! / \ I I I~OC .i.... ~ ~., / '- \) I I!fI . . .' ,I;) I _~ SlY .' , Q( - ~' ~ ',' e ~'; y ! I 3~ _ ,/ 9' ~tll+l ~4 . J~I ,ID] ~.---o- - l , " :\ :. I. "'I..,. ' Jl : => : i i '! ' I ! ! .i ,( d~J\j\f~ d'l ... I I ' I "::::;;,T;Ny;:d:;. · four construction Journals and to SIX women/mlnonty business enterpnse (WMBE) associations Five companies attended the Job walk on September 10, 1998 At bid opening on September 17,1998, only one bid was submitted, as follows Kitson Specialty Construction, Inc $220,015 Engineer's Estimate $220,000 Two other contractors chose to not submit bids. They said that their subcontractors were too busy to prepare quotes Staff recommends accepting this bid rather than rebidding the project because the SIX week delay could expose the vulnerable structure to Inclement weather and possibly cause damage to the Internal furniture and equipment The contractor received favorable references from vanous sources PrevIous clients for Similar roofing repairs Within the last two years Include Zacky Foods for a 60,000 square foot administration bUilding, Fidelity Federal which Included recaulklng Windows and applYing elastomenc wall covenng, Park Tower Home Owners' ASSOCiation's two 18-story condominium units, Dean Witter Realty for two 11- story bUildings, and General Services Administration In Los Angeles County All contacts reported that the contractor's performance was outstanding The State Contractors' License Board venfled that the contractor's license IS current, active, and In good standing 2 Budget/Financial Impact FUNDS REQUIRED Contract $220,015 Contingency (15%) 33,985 Total Funds Required $254,000 Funds are available In the follOWing accounts #01 -740-511-20099-8900-99036 $250,000 #01-710-401-20096-8900-99168 $4,000 Total $254,000 Recommendation Staff recommends that the City Council 1 Award a contract to Kitson Specialty Contracting, Inc In the amount of $220,015 for repairing and waterproofing the Ken Edwards Center roofs and decks, and 2 Authonze the City Engineer to Issue any change orders to complete additional work In conformance with the Admmlstratlve Instructions on change orders Prepared by Craig Perkms, Director of EnVironmental and Public Works Mgmt Anthony Antlch, City Engmeer William Buol, Senior CIvil Engineer Barbara Stinchfield, Director of Community and Cultural Services 3