Loading...
SR-6-F (124) 6F , Cl)1tract : 11St.f. ., - JUL 2 5 1995 EPWM:CP:RS:nmm:SP1520[S:\CC1520] council Meeting: July 25, 1995 Santa Monica, California TO: Mayor and city Council FROM: City staff SUBJECT: Award of Contract for Sewer Main Improvements, and Sewer Main and Storm Drain Relining at Various City Locations Introduction This report recommends that the City Council award a contract for sewer main improvements, and sewer main and storm drain relining for FY 1994-95, at various City locations to Insituform Southwest, the lowest responsible bidder, in the amount of $1,738,108. Background During the FY 1994-95 budget process, city Council appropriated funds for sewer main improvements, and sewer main and storm drain relining at various locations in the city. The sewer main improvements will replace and upgrade sewer mains which are under capacity, have deteriorated due to age, and/or are corroded and cracked. The proposed locations were recommended for replacement by the city's Sanitary Sewer Master Plan (prepared by CH2M Hill in 1992) , and confirmed by the city's Wastewater Division. The sewer main relining work will take place in areas where the sewer mains are inaccessible to equipment necessary for open trench 1 6F - JUl 2 5 1995 operations (such as narrow alleys and rear yard easements on private property); where mains are severely deteriorated due to age and corrosion; and where replacement is not needed for additional sewer capacity. The storm drain relining work will also take place in the connector pipes, from existing catch basins to the County Flood Control Channels, where replacement is not necessary but the pipes are badly deteriorated due to age and corrosion. The relining work consists of inserting a pipe lining system into existing sewer pipe lines resulting in improved flow, eliminated pipeline obstruction, and prolonged service life of the mains. A Notice Inviting Bids was published on June 12 and June 13, 1995 in The Outlook, as well as in four construction journals. In addition, bidding documents were sent to six woman/minority business enterprise associations (WMBE) . Bidding packages were requested by 10 contractors. The city Clerk's office received two (2) sealed bids, which were publicly opened and read aloud on June 27, 1995 by the Deputy City Clerk. The base bid results were as follows: 1. Insituform Southwest . . . . . . . . . $1,738,108.00 2. Sancon Engineering, Inc . . . . . . . . $1,890,493.60 city Engineer'S Estimate . . . . . . . $1,437,500.00 The low bidder, Insituform Southwest, supplied the City with references and all references reported that the Contractor's work was satisfactory. The state Contractor's License Board verified that the Contractor's license is current, active and in good standing. 2 Budqet/Financial Analysis FUNDS REQUIRED Contract . . . . . . . . . . $1,738,108 contingencies (10%) . . . . . $173.810 TOTAL . . $1,911,918 Funds are available in the following ClP account numbers: Contract Project Account Number Amount Continqency 'Ibtal 31-760-661-20095-8900-99120 $888,536 $88,589 $977,125 31-760-661-20094-8900-99125 $181,818 $18,182 $200,000 31-760-661-20095-8900-99125 $204,545 $20,455 $225,000 31-760-661-20095-8900-99324 $357,242 $35,724 $392,966 31-760-661-20093-8900-99125 $105,967 $10,860 $116,827 Total: $1,738,108 $173,810 $1,911,918 Recommendation It is recommended that the City Council: 1. Award a contract to install sewer main improvements, sewer main and storm drain relining at various City locations to Insituform Southwest, the lowest responsible bidder, in the amount of $1,738,108; and 2. Authorize the city Engineer to issue any necessary change orders to complete additional work in conformance with the Administrative Instructions on change orders. Prepared By: Craig Perkins, Director of Environmental & Public Works Mgmt. Anthony Antich, P. E. , City Engineer John Mundy, utilities Manager 3