Loading...
SR-800-006-01 (5) EPWM: CP: AA: RT: DB: AS F:\SP1646\CC1646-3.doc Council Meeting: July 24, 2001 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award of Construction Contracts for the Santa Monica Airport Safety Improvement Project - Phase II Introduction This report recommends that the City Council award a contract for the construction of the Santa Monica Airport Safety Improvements Project - Phase II to Clarke Contracting Corporation, the best bidder, in the amount of $573,819 and approve a contingency amount of $76,181; and authorize the City Manager to negotiate and execute a construction management contract for the project with Hy-Com & Associates in the amount of $50,000 with a contingency amount of $5,000. Background The City previously received a grant from the Federal Aviation Administration (FAA) in the amount of $1,604,700 to make improvements that will enhance the airport?s operations and minimize maintenance. Phase I of this project included replacement of the rotating beacon, modifications to the vehicular access control gates and taxiway lights, installation of runway distance markers, lighted indicators and directional signs. This work was completed in June 1996, leaving a balance of $401,076 remaining in the grant. 1 The FAA has indicated that the City may request an amendment to the grant agreement, at project close out, to apply for an additional $183,924 in the grant funds. This amount is available to the City for contingencies incurred on the project. Discussion Phase II of this improvement project will include pavement rehabilitation of north and south aircraft tiedown areas and tiedown areas adjacent to Taxiway B, slurry seal and marking of north and south parallel taxiways, and construction of a blast wall at the east end of the runway. A Notice Inviting Bids for the construction contract was published on July 30 and August 3, 2000 in The Los Angeles Times, Westside Weekly and the F. W. Dodge newsletter, respectively. Twenty-two contractors requested bid packages and the City Clerk's office received three sealed bids, which were publicly opened and read aloud on May 14, 2001 by the Deputy City Clerk. The bid results were as follows: 1. Clarke Contracting Corporation $573,819 2. PIMA Corp. dba Advanced Construction $598,840 3. Silvia Construction, Inc. $613,471 City Engineer's Estimate $380,000 2 The best bidder, Clarke Contracting Corporation supplied the City with a list of projects including Newport Coast Lift Station Modifications for the Irvine Ranch Water District, Mandeville Canyon Road Repair and Camrose Drive Slope Repair for the City of Los Angeles, Puente Hills Landfill Gas Collection System for the Los Angeles County Sanitation District and Colorado Avenue Repair of Earthquake Damaged Sewer Mains for the City of Santa Monica. Staff contacted the outside agencies and the City of Santa Monica project manager representing these projects and all respondents reported that the contractor's work quality was satisfactory and that work was completed in a timely and cost efficient manner. Staff also contacted the Center for Contract Compliance and found Clarke Contracting Corporation in good standing and capable of handling labor compliance issues. The State Contractor?s License Board verified that the Contractor's license is active and in good standing. Construction Management A Request for Proposals (RFP) for construction management services was issued to four construction management firms on May 21, 2001 to provide construction management services for the City of Santa Monica Airport Safety Improvements Project. Based on the selection criteria, staff recommends Hy-Com & Associates to provide construction management services for this project. Selection criteria included previous experience, qualifications of staff, ability to meet tight time schedules, cost of services and availability 3 of staff. The work includes oversight and continuous inspection of the contractor?s work during construction to ensure that the contractor conforms with plans and specifications, monitoring traffic control and detour plans, reviewing change order requests and providing information to the contractor on an as-needed basis. Hy-Com & Associates past performance on similar projects completed for other agencies and the City have been outstanding. Budget/Financial Impact CONSTRUCTION FUNDS REQUIRED Contract.......................................................................$573,819 Contingency.................................................................$ 76,181 Total Construction Funds Required.......................................$650,000 CONSTRUCTION MANAGEMENT FUNDS REQUIRED Contract Amount..........................................................$ 50,000 Contingency.................................................................$ 5,000 Total Construction Management Funds Required................$ 55,000 TOTAL FUNDS REQUIRED.............................................................$ 705,000 Funding in the amount of $705,000 is available in the following accounts: 4 Account No. Account Name Amount C33003295.589000 Airport Safety Improvement Program $ 447,546 C33063801.589000 Runway/Taxiway Slurry Seal/Restripe $ 150,000 C33063802.589000 Runway/Taxiway Slurry Seal/Restripe $ 107,454 $ 705,000 The revenue budget at Account No. 33631.402480 should be increased to $585,000 to reflect the receipt of the remaining grant and anticipated contingency funds during Fiscal Year 2001-02. Recommendation Staff recommends that the City Council: 1. Award a construction contract for the Santa Monica Airport Safety Improvements Project - Phase II to Clarke Contracting Corporation, the best bidder, in the amount of $ 573,819 and approve a contingency amount of $76,181; 2. Authorize the City Manager to negotiate and execute a professional services contract for construction management of the Santa Monica Airport Safety Improvements Project - Phase II with Hy-Com & Associates in the amount of $50,000 and approve a contingency amount of $5,000; and 3. Authorize the City Engineer to issue any necessary change orders to complete additional work in conformance with the Administrative Instructions on change orders. 5 4. Increase revenue budget at Account No.33631.402480 to $585,000 to reflect the receipt of the remaining grant and anticipated contingencyfunds during Fiscal Year 2001-02. Prepared by: Craig Perkins, Director of Environmental and Public Works Management Anthony Antich, P.E., City Engineer Robert Trimborn, Airport Manager Dave Britton, P.E., Senior Civil Engineer Antonio Shaibani, P.E., Civil Engineer Associate 6