Loading...
SR-6-D (77) ~~7'1t73 (pp (~~~ EPWM CP AA RS sm SP1738[s \cc1738 WPd]Cmu~ 7Y'S1f (lkl'/'/..i) FEB 231999 CouncIl Meeting February 23, 1999 Santa MOnica, California TO Mayor and City Council FROM City Staff SUBJECT Rejection of Bids Received for Project 7 A and 8A, the Repair of Earthquake Damaged Sanitary Sewer Mains In Cloverfield Boulevard between Colorado Avenue and PIca Boulevard and In PICO Boulevard between Centmela Avenue and Main Street, Authorization to Negotiate and Execute an Amendment to Contract 7403 (CCS) to Include Project 7A and 8A Sewer Repair Work, and Authorization to Negotiate and Execute an Amendment to Contract 7404 (CCS) for ConstructIon Management and Inspection of Project 7 A and 8A Sewer Repair Work Introduction ThiS report recommends that the City Council reject all bids received for the repair of earthquake-damaged sewer mains In Cloverfield Boulevard between Colorado Avenue and PICO Boulevard. and In PICO Boulevard between Centrnela Avenue and Mam Street, and authorrze the City Manager to negotiate and execute an amendment m an amount not to exceed $2,298.882 to Contract 7403 (CCS) With Preussag Pipe RehabilitatIon (PPR) to Include the above-described sewer repair work Staff also recommends that the City CounCil authonze the City Manager to negotIate and execute an amendment In an amount not to exceed $190.900 to Contract 7404 (CCS) With Hams & Associates, Englneenng Consultants, for construction management and Inspection services Backqround The City of Santa Monica's sanitary sewer system sustamed damage dunng the Northndge Earthq uake of January 17. 1994 Immediately after the dIsaster, the CIty Initiated a cltywlde inspectIon program of the sewer system to IdentIfy the locatIons that were 1 (,D FEB 2 3 1999 damaged and to request that the Federal Emergency Management Agency (FEMA) and the State's Office of Emergency Services (DES) reimburse the City for the cost of the repair work FEMA prepared a Damage Survey Report for the work In PICO Boulevard and Cloverfleld Boulevard, and subsequently agreed to reimburse the City for the costs of repairs This proJect will repair earthquake and non-earthquake-damaged sewers and maintenance access holes In PICO Boulevard In advance of the PIca Streetscape Project, as well as repair damaged sewers In Cloverfield Boulevard In advance of pending street Improvement work In addition to the eligIble earthquake repair work, City staff has Identified necessary non-earthquake and non-reimbursable sewer system upgrades which will be done as part of thiS construction project ThiS additional work IS part of the City's annual sewer maintenance program funded by the City's Wastewater Fund ThiS work Includes the repair of the maintenance access holes, replacement of eXisting obsolete access hole frames and covers, installation of additional access holes where required for maintenance purposes, and capacity upgrades throughout the project area DISCUSSion ConstructJOn A Notice InvIting Bids was published on December 17 and 18, 1998 In The Sun, as well as posted on December 14 and 15, 1998 at City Hall, Police Department and at Mam LIbrary A Notice I nVltlng Bids was also published In four construction Journals, one electronic plan room and by one Internet advertiSIng service In addition, bidding documents were sent to eight women/mlnonty-owned bUSiness enterpnse associations 2 (WMBE) BId packages were requested by 22 contractors The City Clerk's offIce received two sealed bIds, which were publicly opened and read aloud on January 19, 1999, by the Deputy City Clerk Results were as follows 1 Dames & Moore $1,821,492 2 Preussag Pipe Rehabilitation $2,133,662 City Engineer's Estimate $1,950,000 The low bidder. Dames & Moore, has been found to be non-responsIve to the CIty's qualifications requirements Included In the Bidding Documents and Specifications After diScussions WIth Dames & Moore, they have requested that they be permItted to WIthdraw their bid A copy of their letter IS attached hereto (ExhIbit A) The second low bidder. Preussag PIpe RehabilitatIon (PRP), has recently been awarded Contract 7403 (CeS), to carry out pipe rehabilitation work elsewhere In the City I n staff diScussions With PRP representatives, It has been found that slg mflcant cost savmgs could be realized If sewer repair work required In Project 7 A & SA were added as an amendment to PRP's eXisting contract. rather than entenng into a separate contract PRP has indIcated that they Will carry out the work In Project 7A & 8A as an amendment to Contract 7403 (CCS) for the amount of 51,999,028 ThiS represents a savmgs to the City of $134,634 from the second low bid due to the reduction In mobilization expenses and consolidation of overhead DOing the work In Project 7 A & 8A as an amendment Will permit PRP to begin work on PICO Boulevard more qUickly than If a separate contract were to be 3 awarded This qUick start IS Important In order to avoid a delay In startmg and completing the PICO Streetscape project ConstructIon Management In addition to authorizing an amendment for sewer repair work, this report recommends that the City Council authorize the City Manager to negotiate and execute an amendment to professional services Contract 7404 (CCS) wIth Hams & Associates for construction management and Inspection, In the amount of $166,000 Of SIX professional services firms recently submItting proposals for construction management and inSpection, Hams & ASSOCiates was found to be most responsIve to the City's needs Rather than entenng Into a separate contract with Hams & ASSOCiates, staff conSiders It prudent and most cost- effective to add InspectJon of Projects 7 A & SA to their eXisting construction management and Inspection contract In order to minImiZe the Impact of thiS construction project on the publIc, the repair of the sewer mains Will be done uSing trenchless technology methods In locations where It IS pOSSible These proposed methods Include the Installation of a "Imer" inside the eXisting sewer pipe or the installation of a larger pipe through the eXisting pipe by a method called '.plpe burstlng-' These methods are preferred to traditional excavation/replacement methods since access to the area can be maintained dunng construction, thus minimizing disruption to local residents and bUSinesses In areas where repair by trench less technology methods IS not feaSible, the eXlstmg damaged sewer pipes WIll be replaced with new sewer pipe by traditIonal methods 4 The residents and businesses affected by this project will receive four Informational letters outlining construction schedules for their neighborhood The first letter Will be sent one month prior to startmg construction and Will have overallmformatlon about the upcommg project The second letter, sent 10 days pnor to the start of the project, Will be sent to the residents and businesses With speCifiC Information about the dates of construction In their area The thIrd letter Will serve as a remmder two days prior to constructIon and the fmal letter Will announce the completIon of the project PubliC calls With questions and concerns Will be responded to 24 hou rs a day by the construction management firm Residents and businesses Will be prOVided a toll free telephone number In the mformatlonalletter Budqet/Flnanclal Impact FUNDS REQUIRED FOR CONSTRUCTION CONTRACT Contract $1,999,028 Contingency (15%) $299,854 SUB TOTAL $2,298,882 FEMA Will contribute $1.818,663 to thiS portion of the project usmg the 13 Fund account numbers 13-500-402-39467-5501-13006 for $750,075, 13-500-402-39429-5501-13006 for $530,784. 13-500-402-39425~5501-13006 for $101,671, 13-500-402-39461-5501- 13006 for $361,919, and 13-500-402-39455-5501-13006 for $74,214 The City Will contribute $180,365 from account #31-760-661-20099-8900-99623, "Sewer Repair Project lAf8A." to bring the contract total to $1,999,028 A 15% contmgency of $299,854 Will be set aSide In account #31-760-661-20099-8900-99623 5 FUNDS REQUIRED FOR PROFESSIONAL SERVICES CONTRACT Contract $166,000 Contingency (15%) $24,900 SUBTOTAL $190,900 TOTAL FUNDS REQUIRED FOR CONSTRUCTION AND MANAGEMENT- $2,489,782 For the construction management of this project, $151,022 IS available from FEMA In the follOWing 13 Fund accounts 13-500-402-39467-5506-13006 for $62,287,13-500- 402-39429-5506-13006 for $44,076,13-500-402-39425-5506-13006 for $8,443,13- 500-402-39461-5506-13006 for $30,054, and 13-500-402-39455-5506-13006 for $6.162 The City Will contribute $14,978 from account #31-760-661-20099-8900- 99623. "Sewer Repair Project 7A/BA," to bring the contracttotal to $166,000 A 15% contingency In the amount of $24,900 Will be set aSide In account #31-760-661-20099- 8900-99623 For the FEMA portion of work, the City has approved DSRs In an amount that exceeds project costs for each associated account number Sufficient budget authority for all of the contract expenses which are both eligIble and not eligible for FEMNOES reimbursement are listed In ExhIbit B, whIch IS attached to thiS staff report A City Match account, #31-760-661-20099-8905-99124, sets aSide 10% of the construction and construction management and Inspectton costs ($196,968) that FEMA retains until final audit, which may take several years 6 -- - Recommendation Staff recommends that the City Council 1 Reject all bids received for the repair of earthquake-damaged Sanitary Sewer Mains In Cloverfleld Boulevard between Colorado Avenue and PIca Boulevard, and In PICO Boulevard between Centlnela Avenue and Main Street, 2 Authorize the City Manager to negotiate and execute an amendment to contract number 7403 with Preussag Pipe RehabilitatIon to mclude the above descnbed work for an amount not to exceed $2,298,882, 3 Authorize the CIty Manager to negotiate and execute an amendment to contract number 7404 for professIonal services with Hams & Associates for construction management and inspection services for the above descnbed work for an amount not to exceed $190,900, 4 AuthOrize the City Engmeer to Issue any necessary change orders to complete additional work Within budget authOrity, and 5 Approve the use of DIsaster Relief Funds as shown on Exhibit B Attachments' Exhibits A and B Prepared By Craig Perkins. Director of Environmental & Public Works Mgmt Anthony Antlch, P E , City Engineer Eugenia Chusld, CIVil Engineer Associate 7 e e (" o DAMES & MOORE A DA'V1ES &. ,'.,OORE GROUP CO'APANY P 0 Bo" 39;....39 T.:con:a. \Yashmgwn 9f<4.3'.i-OI)39 25.3 582 U548 T d :!S3 ~A2 rriS5 Fa~ February 4. 1999 Ms Eugema ChUSld. Project Manager Clt). of Santa MOllIca Office of the CIty Engmeer 1685 Mam Street. Room 112 PO Bo"" 2200 Santa MOllIca. Cahfomla 90407-2200 Subject WIthdraW of BId RepaIr Samtary Sewer Mams Cloverfield Blvd, SpecIficatIOn No SP-1738 Dear Ms Chusld Followmg our meetmg on Tuesday_ February 2. 1999, HarrIs & Associates. CIty of Santa Moneta s RepresentatIve and Dames & Moore. It was mutually agreed that Dames & Moore wIthdra\\ Its bid In domg SO, Dames & Moore does not forfeIt Its bId bond. and wIll not be excluded from blddmg future work for the CIty of Santa MOllica Should you have any questlOns_ please feel free to contact me at (253) 582-0548 Smcerely. DAMES & MOORE ~----....'. ./- . C./( \ j , '----j - ...-' .------- C Douglas Fenstermacher ASSOCiate/General Manager /t\\' _ _, .~~.~_ _ _ _ cc Joseph DalelHams & ASSOCiates:."" i> F ! ' ! - . '--.- -' .-, n-o C r~-..~ ~.to ,1 j.n~ it G ; ~ {'Pi _ \o.--E'-.......>---..~__... C'f'C25 ,....". d.-.de EXHIBIT B SPECIFIC ACCOUNT INFORMATION CONSTRUCTION CONTRACT SOURCE OF FUNDS DSR NUMBER ACCOUNT NUMBER CONSTRUCTION CONTRACT FEMA PORTION 85363 13~500-402-39467 -5501-13006 750,075 IN DOLLARS 85315 13-500-402-39429-5501-13006 530,784 85321 13-500-402-39425-5501-13006 101,671 85349 13-500-402-39461-5501-13006 361,919 85351 13-500-402-39455-5501.13006 74,214 Sub Total: $1,818,663 CITY PORTION (Sewer Project 7A/8A) 31-760-661 ~20099-8900-99623 180,365 Sub Total' $180,365 TOTAL CONSTRUCTION CONTRACT $1,999,028 CONTINGENCIES 15% 31-760-661-20099-8900-99623 $ 299,854 10% CITY MATCH (Set aSIde) 31-760-661-20099-8905-99124 $ 181,866 CONSTRUCTION MANAGEMENT AND INSPECTION CONTRACT SOURCE OF FUNDS DSR NUMBER ACCOUNT NUMBER CM & I CONTRACT (3%) FEMA PORTION 85363 13-500-402-39467 -5506-13006 62,287 IN DOLLARS 85315 13-500-402-39429-5506-13006 44,076 85321 13-500-402-39425-5506-13006 8,443 85349 13-500-402-39461-5506-13006 30,054 85351 13-500-402~39455-5506-13006 6,162 Sub Total' $ 1 51,022 CITY PORTION (Sewer Project 7A/8A) 31-760-661-20099-8900-99623 14,978 Sub Total: $14,978 TOTAL CONSTRUCTION MANAGEMENT & INSPECTION CONTRACT $ 166,000 CONTINGENCIES 15% 31-760-661-20099-8900-99623 $ 24,900 10% CITY MATCH 31-760-661-20099-8905-99124 $1 5, 1 02