Loading...
SR-505-008 (7) EPWM:CP:AA:DB:SL:F:\DATA\SPFILES\Sp1320 SMURRF\CC1320CMphaseIII.doc Council Meeting: June 11, 2002 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award of Construction-Related Contracts for the Santa Monica Urban Runoff Recycling Facility-Phase III Distribution System Deleted: ; Recommendation to Authorize the City Manager to Negotiate and Execute a Construction Management Contract for the project. Introduction This report recommends that the City Council award a construction contract to Majich Bros., Inc. the best bidder, in the amount of $1,235,089 for construction of the Santa Monica Urban Runoff Recycling Facility (SMURRF) Phase III- Distribution System and approve $246,011 in contingency funds for this contract. In addition, this report also recommends that the City Council authorize the City Manager to negotiate and execute a contract with Black and Veatch Corporation, in an amount not to exceed $160,000 for construction management, and approve $32,000 in contingency funds for this project. Background Deleted: ¶ SMURRF- Phase I was the construction of a urban runoff recycling facility. This facility takes the runoff from the Pico-Kenter and Santa Monica Pier storm drains and reuses the Deleted: ¶ ¶ treated water for irrigating freeway, park, and cemetery landscaping. SMURRF - Phase II ¶ ¶ was the construction of the recycled water pumps and waterline, starting at the SMURRF on Colorado Boulevard and ending at the intersection of Olympic Boulevard and Seventeenth Street. Both Phases I and II of project construction are complete. 1 Discussion SMURRF - Phase III will extend the recycled waterline from 17th Street to 26th Street on Olympic Boulevard to serve the Water Gardens Development at 26th Street, the th Woodlawn Cemetery at 17 Street and Delaware Avenue. This project also includes a secondary line that will serve the Public Safety Building at Main Street and Olympic Drive and the new Rand Corporation facility at Main Street and Pico Boulevard. A Notice Inviting Bids for the construction contract was published on March 2 and 7, 2002 in the ?California Section? of the Los Angeles Times. Bid documents were sent to 22 women/minority business enterprise associations (WMBE). The City Clerk's office received 4 sealed bids, which were publicly opened and read aloud on April 17, 2002 by the Deputy City Clerk. The bid results were as follows: Cedro Construction $ 839,947.50 Majich Bros., Inc. $ 1,235,089.00 Williams Supply Company $ 1,351,735.00 Miramontes $ 1,498,705.00 Deleted: Williams Supply Company$ 1,351,735.00 City Engineer's Estimate $ 1,250,000 The lowest monetary bidder, Cedro Construction, submitted a letter dated April 19, 2002 requesting release from its bid due to a clerical mistake. The second lowest bidder Majich Formatted Bros. Inc., submitted a letter to the City dated April 20, 2002 advising the City that they are Formatted 2 ready to accept the project following the withdrawal of Cedro Construction. Majich Bros. Inc., supplied the City with the names of recent similar waterline projects, from the following agencies: City of Newport Beach, City of Seal Beach, City of Long Beach, Deleted: Buena Ventura City of Ventura, and the City of Santa Monica. City staff contacted representatives of the agencies representing these projects and all respondents reported that the Contractor's Deleted: ¶ ¶ work was above satisfactory. The State Contractors' License Board verified that the Contractor's license is active and in good standing. City staff also contacted the Center For Contract Compliance, which reported the contractor had no labor compliance violations. A Request for Qualifications for construction management services was issued on October 18, 2001 to pre-qualify firms to provide construction management services to the City of Santa Monica. Based on the selection criteria, which included technical competence, staffing capabilities, project approach and planning, and quality control, Black & Veatch Corp. was selected to provide construction management services for this project. Black & Veatch Corp. has provided similar services for the Santa Monica Urban Runoff Recycling Facility ? Phase II distribution system construction, and Beach Improvement Group (B.I.G.) Project. They are also currently providing construction management and inspection services for the Transit Mall project. Their performance on all projects has been excellent. 3 Budget/Financial Impact FUNDS REQUIRED Construction $1,235,089 Contingency $ 246,011 Total $1,481,100 Construction Management $ 160,000 Contingency $ 32,000 Total $ 192,000 PROJECT TOTAL $1,673,100 FUNDS AVAILABLE Funds in the amount of $684,405 are available for appropriation from the Water Demand Mitigation Fee revenues to account C25039502.589000. Deleted: Remaining funds are Following appropriation, funds will be available in the following accounts: Account No. Construction Const. Management Total C25039502.589000 $ 684,405 $684,405 C31039593.589000 $ 99,429 $ 99,429 C34055800.589000 $ 9,471 $180,000 $189,471 C34055801.589000 $ 687,795 $ 12,000 $ 699,795 Sub total $1,481,100 $192,000 $1,673,000 PROJECT TOTAL $1,673,100 4 Recommendation Staff recommends that the City Council: 1. Award a construction contract for SMURFF-Phase III to Majich Bros. Inc., the best bidder, in the amount of $1,235,089 and approve $246,011 in contingency funds for Deleted: and this contract; 2. Authorize the City Manager to negotiate and execute a contract with Black and Veatch Corporation, in an amount not to exceed $160,000 for construction Deleted: and management services and approve $32,000 in contingency funds for this contract; 3. Appropriate $684,405 from the Water Demand Mitigation Fee revenues to Deleted: . Account C25093502.589000; and 4. Authorize the City Engineer to issue any necessary change orders to complete additional work in conformance with the Administrative Instructions on change orders and within budget authority. Deleted: ¶ ¶ ¶ Prepared by: Craig Perkins, Director of Environmental & Public Works Mgt. Anthony Antich, P.E., City Engineer Dave Britton, P.E., Principal Civil Engineer Gil Borboa, P.E., Utilities Manager Charmaine Yambao, P.E., Utilities Engineer Neal Shapiro, Sr. Adm. Analyst Spiros A. Lazaris, P.E., Project Manager 5