SR-502-002-04 (8)
EPWM: CP: AA: EG: DB: JC: AS: F:\DATA\SPFILES\SP1909\CC1909(DP).doc
Council Meeting: November 25, 2003 Santa Monica, California
TO: Mayor and City Council
FROM: City Staff
SUBJECT: Construction Related Contracts for the Fourth Street Neighborhood Traffic
and Water Main Improvement Project
Introduction
This report recommends that the City Council award a contract for the construction of the
Fourth Street Neighborhood Traffic and Water Main Improvement Project toMajich Bros.,
Inc., the best bidder, in the amount of $1,503,555 and approve a contingency amount of
Deleted:
445
$150,355; and authorize the City Manager to negotiate and execute a modification to
professional services agreement 7788 (CCS) with DMR Team Inc. for construction
management of the water main portion of the project, in the amount of $110,000 and
approve a contingency amount of $11,000. The location of the project is Fourth Street from
Pico Boulevard to the Southerly City Limit. The project is funded by the Water Fund (62%)
and the General Fund (38%).
Background
In February 2000, the City Council conceptually approved the Fourth Street Neighborhood
Traffic Improvement Plan including:
?
A traffic circle at the Strand Street and Fourth Street intersection;
?
Curb extensions at the uncontrolled intersections;
1
?
The addition of texturized pavement within the crosswalks at the controlled
intersections;
?
Two landscaped median islands between Pico Boulevard and Bay Street;
?
A curb extension from the east side of Fourth Street, just south of Marine, with a
?Welcome to Santa Monica? sign;
?
Minor lengthening of several existing median islands; and
?
The addition of crosswalks across Fourth Street on the south side of the Bay Street
and Strand Street intersections.
The landscaped circle and curb extensions will be constructed within the area of the
existing temporary delineators.
The Plan was developed at the request of and in conjunction with neighborhood
representatives. During the design process, there have been periodic update meetings
with residents, property owners and businesses, most recently in August 2003. Residents
were informed at an April 2002 meeting that the Neighborhood Traffic Improvement project
would be combined and constructed with the Fourth Street Water Main Replacement
project originally scheduled for 2002/2003 and extending from Pico Boulevard to the
Southerly City limit to minimize disruption. After the combined project is completed, that
entire segment of Fourth Street will be resurfaced under a separate contract.
CEQA Analysis
The proposed neighborhood traffic improvements and water main replacement on Fourth
2
Street between Pico Boulevard and the Southerly City Limit have been determined to be
categorically exempt from the provisions of the California Environmental Quality Act
(CEQA), pursuant to Article 19, Section 15301 (c) which was recently amended to define
Class 1 exempt projects in the following way:
"Class 1 consists of the operation, repair, maintenance, permitting, leasing,
licensing, or minor alteration of existing public or private structures, facilities,
mechanical equipment, or topographical features, involving little or no
expansion beyond that existing at the time of the lead agency's
determination...?
This exemption lists as an example of existing facilities:
(c) Existing highways and streets, sidewalks, gutters, bicycle and pedestrian
trails, and similar facilities.
The Fourth Street Neighborhood Traffic Improvements and Water Main Replacement
maintain the existing lane configuration and add raised median islands; add raised curb
extensions in place of the temporary ones; add crosswalk striping and pavement texture;
and replace the existing water main. These improvements are to existing streets and
sidewalks and include negligible or no expansion of these existing facilities.
Discussion
A Notice Inviting Bids was published on August 9 and 11, 2003 in The Los Angeles Times,
?California Section? and in the F. W. Dodge newsletter. The bidding documents were also
3
sent to eleven public plan rooms. Twenty-nine contractors requested the bidding
documents and the City Clerk's office received six sealed bids, which were publicly opened
and read aloud on September 18, 2003 by the Deputy City Clerk.
The bid results were as follows:
1. Majich Bros., Inc. $1,503,555.00
2. Shawnan $1,561,438.20
3. Orion Contracting, Inc. $1,662,140.80
4. Nativ Engineering $1,715,650.60
5. Sully-Miller Contracting Co. $1,865,355.50
6. PALP, Inc. dba Excel Paving Company $2,084,765.05
City Engineer's Estimate $1,500,000
The best bidder, Majich Bros., Inc., supplied a list of projects for the cities of Seal Beach,
Newport Beach, and Ventura, and the Victor Valley Wastewater Reclamation Authority. In
addition, Majich has successfully completed a water main replacement for the City of Santa
Monica in FY 00-01, and a recycled water main construction in FY 02-03. Damon
Construction, the concrete sub-contractor on the project, has successfully completed
several projects for the City of Santa Monica over the past five years, including the most
recent street improvement project, which was completed in FY 01-02.
4
Staff contacted the agency representatives for the previously completed work, and they all
reported that the contractor's work quality was good and that work was completed in a
timely and cost efficient manner. Staff also contacted the Center for Contract Compliance
and found Majich Bros, Inc. 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
In September 2000, following a competitive process, the City Council approved a
professional services agreement with DMR Team, Inc. to provide project and construction
management services for the design and construction of the Fourth Street Neighborhood
Traffic Improvements between Pico Boulevard and the Southerly City Limit. DMR Team,
Inc. submitted a cost proposal for the construction management and inspection services
for the water main portion of the project on July 28, 2003. The work includes construction
oversight and continuous inspection of the contractor?s work during construction,
monitoring traffic control and detour plans, reviewing change order requests, conducting
periodic progress meetings, coordinating information requests between the contractor, the
City, and various other agencies, and maintaining all necessary project documentation
relevant to the work. They are recommended to manage the combined project for a total
fee of $236,960 including contingency.
DMR Team?s past performance on the Pico Streetscape project for the City of Santa
5
Monica, and other similar projects completed for other agencies, including the cities of
Culver City, Downey, Lancaster, Lynnwood, Santa Clarita and South Pasadena has been
excellent.
6
Budget/Financial Impact
CONSTRUCTION FUNDS REQUIRED
Contract amount..........................................................$1,503,555
Contingency (10%)......................................................$ 150,355
Total Construction Funds Required.......................................$1,653,910
CONSTRUCTION MANAGEMENT FUNDS REQUIRED
Contract Amount..........................................................$ 110,000
Contingency (10%)......................................................$ 11,000
Total Construction Management Funds Required................$ 121,000
TOTAL FUNDS REQUIRED.............................................................$1,774,910
Funds are available in the following accounts:
C01084100.589000 Neighborhood Traffic Measures $ 23,463
C01084101.589000 Neighborhood Traffic Measures $319,424
C01084102.589000 Neighborhood Traffic Measures $326,083
C25013603.589000. Water Main Replacement $1,105,940
TOTAL FUNDS AVAILABLE $1,774,910
7
Recommendation
Staff recommends that the City Council:
1. Award a contract to Majich Bros., Inc., the best bidder, for the Fourth Street
Neighborhood Traffic and Water Improvement Project in the amount of $1,503,555
and approve a contingency amount of $150,355;
2. Authorize the City Manager to negotiate and execute a modification to professional
services agreement 7788 (CCS) with DMR Team, Inc. for construction management
and inspection services related to the installation of the Fourth Street water main in
the amount of $110,000 and approve a contingency amount of $11,000; and
3. Authorize the City Engineer to issue any necessary change orders to complete
additional work within budget authority.
Prepared by: Craig Perkins, Director, Environmental and Public Works Management
Anthony Antich, P.E., City Engineer
Ellen Gelbard, Assistant Director, Planning and Community Development
Dave Britton, P.E., Principal Civil Engineer
Jim Creager, P.E., Civil Engineer
Allan Sheth, Civil Engineer Associate
8