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
-