SR-6M (10)
EPWM:CP:LR:gs/CC1383.1 (S:\SP1383)
Council Meeting: August 9, 1994
6 M
Santa Monica, California
AUG 0 9 1994
TO:
Mayor and City Council
FROM:
city staff
SUBJECT:
Award of Contract for storm Drain Improvements,
Sanitary Sewer Main Replacements, sanitary Sewer Main
Relining and Water Main Replacenents at Various City
Locations
Introduction
This report recommends that the City council award a contract for
storm drain improvements, sanitary sewer maIn replacements,
sanitary sewer main relining and water main replacements at various
city locations to Colich & Sons, the lowest respons~ble bidder, in
the amount of $1,788,401.31.
Background
During the FY 1992-93 and 1993-94 budget process, the City Council
appropriated funds for storm drain improvements, sanitary sewer
main replacements, sanitary sewer main relining and water main
replacements at various locations in the city.
The storm drain improvements w~ll replace the existing limited
capacity drywells (holes in the ground covered by metal grates)
located in alleys throughout the CIty with larger concrete catch
basins which connect directly into the Los Angeles County storm
drain. Thus, water ponding in alleys and the costs of processing
water which overflows into alley sewer drains will be alleviated.
- 1 -
AUG 0 9 1991t
6 M
I
The sanitary sewer main replacements will replace sanitary sewer
mains which have deteriorated due to age, 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 sanitary sewer main relining work will take place in areas
where the wastewater lines are inaccesslble for equipment necessary
for open trench operations (such as narrow alleys and rear yard
easements on private property), where lines are severely
deteriorated due to age and corrosion, and where replacement is not
needed since it does not require additional sanitary sewer
capacity. Relining consists of inserting a pipe lining system into
an existing wastewater line which results in improved flow, fewer
sewer back-ups and prolonged serVlce life of the lines. The water
main replacement will upgrade the existing system to improve water
pressure in the area and provide better fire flows in the area.
A Notice Inviting Bids was published on June 27 and June 28, 1994,
in The Outlook, as well as in four construction journals. In
addition, bidding documents were sent to six women/minority
business enterprise assoclations (WMBE). Bidding packages were
requested by 25 contractors. The city Clerk's office received nine
sealed bids, which were publicly opened and read aloud on July 25,
1994 by the Deputy city Clerk.
- 2 -
The base bid results were as follows:
1. Colich & Sons
+2. ARNO Construction Co.
3. Mladen Buntich Construction
4. Williams Supply Company
+5. Mike Masanovich Canst.
*6. Miramontes Constructlon
7. Granite Construction
+8. Mike Prlich & Sons
*9. Valverde Construction Inc.
City Engineer's Estimate
* WMBE
+ Non-responsive
$1,788,401. 31
$1,851,675.00
$1,876,569.00
$1,910,109.00
$1,931,970.50
$1,996,388.00
$2,145,001.80
$2,146,436.00
$2,356,882.00
$2,110,000.00
Three bids did not include a requested price for Alternate 1, an
optional method of sewer and water 1 ine installationJ and are
considered non-responsive. The lowest bidder, colich & Sons,
supplied the City with references and all references reported that
the contractor's work was satisfactory. The State Contractors'
License Board verified that the Contractor's license is current,
active and in good standing.
- 3 -
Budqet/Financial Analysis
FUNDS REQUIRED
Contract
$1,788,401. 31
Contingencies (10%) .
$ 179,098.69
TOTAL $1,967,500.00
Funds are available in ClP account numbers:
Contract Project
Account Number Amount Contlngency Total
31-760-661-20092-8900-99208 $363,259.30 $36,328.18 $399,587.48
31-760-661-20093-8900-99208 $ 84,107.36 $ 8,408.49 $ 92,515.85
31-760-661-20092-8900-99120 $252,050.75 $25,205.07 $277,255.82
31-760-661-20093-8900-99120 $594,366.90 $59,436.69 $653,803.59
31-760-661-20093-8900-99125 $278,585.00 $27,858.50 $306,443.50
25-760-671-20093-8900-99136 $216,032.00 $21,861.76 $237,893.76
Total: $1,788,401.31 $179,098.69 $1,967,500.00
R~commendation
It is recommended that the City Council:
1. Award a contract to install storm drain improvements,
sanitary sewer main replacements, sanitary sewer main
relining and water main replacements at various City
locations to Colich & sons, the lowest responsible bidder,
in the amount of $1,788,401.31.
- 4 -
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, D~rector of Environmental Public
Works Management Department
Anthony Antich, city Engineer
John Mundy, utilities Manager
- 5 -