Loading...
SR-6-J (63) [ftJ#- lO:f '75 fct EPWM CP AA JS SL rs S \sp1767\cc1767awr wpd JUL 1 3 '~~9 Council Meeting July 13, 1999 Santa MOnica, California TO Mayor and CIty CouncIl FROM City Staff SUBJECT Recommendation to Award a Construction Contract for the Moss Avenue Pumping Station Phase 2 Project of the Coastal I nterceptor Sewer to PaCifiC Mechanical Corporation I ntrod u CtlO n This report recommends that the City CouncIl award a contract to PaCifiC Mechanical Corporation In the amount of $2,546,000 for construction of the Moss Avenue Pumping Station Phase 2 Project 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 projects are underway to repair the damage The Cities of Santa Monica and Los Angeles are workmg Jomtly on thiS rehabllltatlon effort. with Santa MOnica serving as the lead agency for that portion of the CIS within the City of Santa MOnica The entire CIS Project Includes the PaCIfiC Coast Highway sewer replacement, the Appian Way project. the Ocean Avenue to PIca Boulevard to Main Street sewer rehabilitation, the Ocean Avenue to Neilson Way relief sewer, and the Moss Avenue Pumping Station (MAPS) The CIS Project also Includes the 1 JUL 1 ~~J replacement of two flow-monitoring stations which mOnitor flow In and out of the City at the northern and southern City limIts Construction has been completed for the replacement of MAPS structural shell and for the Appian Way portion of the CIS DISCUSSIon The replacement of the eXisting MAPS IS being constructed In phases The station's below grade structural shell was completed In 1998, the Appian Way project was completed In 1999 and the station IS now ready for Its second phase of construction The second phase consIsts of the installation of electncal, mechamcal, instrumentation, pumping and plpmg components of the station, as well as construction of above-grade structural walls and architectural screenmg elements A Notice I nVltlng BIds for the construction of the MAPS Phase 2 project was published m the Argonaut on Apnl15 and 22, 1999 The Notice InViting BIds, along with the plans and speCifications, were also sent to eight construction Journals and SIX women/mmonty busmess enterpnse (WMBE) aSSOCiations Bid packages were requested by 41 contractors The City Clerk's Office received four sealed bids which were publicly opened and read aloud on May 25, 1999 by the Deputy City Clerk The bid results were as follows 2 CONTRACTOR AMOUNT MERCO Construction EngIneers, Inc $2,464,370 Pacific Mechanical Corporation $2,546,000 Olsson ConstructIon $2,798,000 Western Summit Constructors, Inc $2,931,703 ENGINEER'S ESTIMATE $2,700,000 SectIOn 2 24 072 of the Santa MOnica MUnicipal Code sets forth the cnterla under which staff may determine the lowest responsible bidder as (1 ) The quality of the matenals or services offered, (2) The abIlity, capacity and skill of the bidder to perform the contract or proVide the matenal or services, (3) The capacity of the bidder to perform the contract or proVide the matenal or service promptly, within the time specified, and wIthout delay or Interference, (4) The sufficIency of the bidder's financial resources, (5) The character, Integnty, reputation, Judgment, training, expenence and efficiency of the bidder, (6) The ability of the bidder to proVide such future mamtenance or service as may be needed 3 After considerable InvestIgation and analysIs, staff and the City'S consultants for the CIS project find that Pacific Mechanical Corporation (PMC) qualifies as the lowest responsible bidder The reasons for selectmg PMC are as follows 1 PMC has successfully constructed the structural shell for the MAPS Because PMC IS alreadyfamlharwlth project conditions, they can begin work with a minimum of addItional mobIlization This translates Into greater assurance of on-time completion, which will reduce the risk of sewage splllmg from temporary pIping on site 2 PMC IS currently constructing the Dry Weather Runoff Reclamation FaCIlity (DWRRF) for the City, which IS adjacent to the MAPS Because the two prOjects share an electrical transformer and standby power generator, and the electrical and InstrumentatIon controls for the DWRRF are located withIn the MAPS structure, coordination between the two projects IS essential PMC Will proVIde the City with the best performance on these critical mtertaces, SInce the projects WIll be constructed SImultaneously by one contractor AdditIonally, delays Will be minimized, and the City will Incur lower staff and consultant costs by working with one contractor Staff believes that consultant cost savings Will more than offset the difference In costs between the MERCO and PMC bids 3 The City has expenenced consistently high quality servIce from PMC, and references from other government agencies are excellent Similar projects Include four pump station upgrades for the East Bay MUniCipal Utility Dlstnct, a wastewater treatment plant for the City of Justine, CA, sewage pump 4 stations for the cities of Santa Rosa and Burlingame, CA, a Pond Influent Pump Station Upgrade for the City of Petaluma, and JOint WPCP Covers for the primary treatment facIlitIes for Los Angeles County SamtatJon DIstrict Of the two bids below the Engineer's estimate, the PMC bId IS the lowest responsible bid since It provides for greater coordmatlon with adJommg projects and City staff which Increases the probability of successful completion of the project m a timely manner ThiS project IS to begm m August 1999 and will be completed m Apnl 2000 BudgeUFmanclallmpact FUNDS REQUIRED Contract $2,546,000 Contmgency $ 350,000 TOTAL $2,896,000 Funds In the amount of $2,896,000 are avaIlable In CIP Account Number C31094600 , "City of Los Angeles CIS Projects" Under the Wastewater Services Agreement with the City of Los Angeles, the City of Los Angeles and the contract agencIes other than Santa Mon Ica are responsible for approximately 97% of all capital Improvement costs for the CIS project RecommendatIon Staff recommends that the City Council 5 1 Award a contract to Pacific Mechanical CorporatIon, the lowest responsible bidder, In the amount of $2.546,000 for the Moss Avenue Pumpmg Station Phase 2 project of the CIS, 2 Authorize the City Engmeer to Issue any necessary change orders to complete additional work within budget authonty and In accordance with the Administrative Instructions on Change Orders, and 3 Authorize the budgetary Items detailed In the Budget/Fmanclal Impact Section of thiS report Prepared by Craig Perkins. Environmental and Public Works Management Director Anthony Antlch, P E , City Engmeer GII Borboa, P E , Utilities Manager Jack Schroeder. P E Disaster Recovery Program Manager Susan Lowell. P E , CIVil Engineer 6 -