Loading...
SR-506-003-01 (40) EPWM: CP:AA:DB:ASF:\DATA\SPFILES\SP1947 \Project Development\CC1947(DP).doc Council Meeting: April 27, 2004 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Construction Related Contracts for the Federal Street Improvement Project - Phase IV and Appropriation of Grant Funds Introduction This report recommends that the City Council authorize the City Manager to negotiate and execute a contract for the construction of the Federal Street Improvement Project - Phase IV withSilvia Construction, Inc., the best bidder, in the amount of $318,207 and approve a contingency amount of $31,793 (10%). This report also recommends that the City Council authorize the City Manager to negotiate and execute a construction management contract for the project with DMR Team in the amount of $40,000 and approve a contingency amount of $4,000 (10%). The location of the project is Fourth Street from Pico Boulevard to southerly City limits. Background Each year, the City Council authorizes the implementation of a program of street improvements including resurfacing, slurry sealing, repairs to sidewalks, curbs and gutters, and new curb ramps and bus pads. Through the Transportation Equity Act, the City receives an annual entitlement of Surface Transportation Program ? Local funds. A portion of these funds are set aside for the maintenance and upgrading of local streets and are 1 reimbursed to the City following project completion. In Santa Monica, Fourth Street from Pico Boulevard to southerly City limits qualifies for these funds, which also requires that federal contracting procedures be followed. For this reason, this project was bid separately from the City?s annual street resurfacing project. The total federal fund participation on this project, including contingency, is $318,700. Since the project area includes a transit route, the local match of $75,300 will paid for using a portion of the City?s annual entitlement of Proposition C ? Local Return funds, which are received each year to benefit transit. Discussion A Notice Inviting Bids for the construction contract was published on February 13 and 14, 2004 in The Los Angeles Times and on February 9, 2004 in the F. W. Dodge newsletter. The bid package was sent to eleven public plan rooms including five women/minority business enterprise associations. Fifteen contractors requested the bid package and the City Clerk's office received eight sealed bids, which were publicly opened on March 3, 2004 by the Deputy City Clerk. The bid results were as follows: 1. Silvia Construction, Inc. $318,207 2. Security Paving Co., Inc. $336,080 3. All American Asphalt $343,343 4. Griffith Co. $348,996 5. Sully-Miller Contracting Co. $370,000 2 6. Orion Contracting Co. $378,104 7. Palp, Inc. dba Excel Paving Co. $383,351 8. SHAWNAN $454,835 City Engineer's Estimate $360,000 The best bidder, Silvia Construction, Inc. supplied the City with a list of similar projects including street improvement projects for the cities of Thousand Oaks, San Buenaventura, San Gabriel, Camarillo and Long Beach; and the FY 01-02 Federal Street Improvement Project, Phase III for the City of Santa Monica. Staff contacted the City representatives for these projects and they all reported that the contractor's work quality was good and was completed in a timely and cost efficient manner. Staff also contacted the Center for Contract Compliance and found Silvia Construction, 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. To be eligible for federal funding, the selected contractor must meet the 12% Disadvantaged Business Enterprise (DBE) goal established for this project. In their bid, Silvia Construction, Inc. committed to meeting the established DBE goal. Construction Management DMR Team, Inc. is currently providing construction management services for the Fourth Street Neighborhood Traffic Improvements between Pico Boulevard and the southerly City 3 limits. Coordinating the final paving of Fourth Street under this contract with the ongoing water and traffic improvements is important to ensure the successful completion of both projects. DMR Team, Inc. submitted a cost proposal for construction management and inspection services for the Federal Street Improvement Project - Phase IV on July 28, 2003. The proposal includes oversight and continuous inspection of the contractor?s work during construction to ensure that the contractor conforms with plans and specifications, DBE and Davis-Bacon labor compliance requirements, monitoring traffic control and detour plans, reviewing change order requests, and providing information to the contractor on an as-needed basis. DMR Team?s past performance on the Pico Streetscape project for the City of Santa 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. Consequently, they are recommended to provide construction management and inspection services for the Federal Street Improvement Project - Phase IV for a total fee of $44,000 including contingency. Budget/Financial Impact CONSTRUCTION FUNDS REQUIRED Contract.......................................................................$318,207 Contingency.................................................................$ 31,793 4 Total Construction Funds Required.............................$350,000 CONSTRUCTION MANAGEMENT FUNDS REQUIRED Contract Amount..........................................................$ 40,000 Contingency.................................................................$ 4,000 Total Construction Management Funds Required................$ 44,000 TOTAL FUNDS REQUIRED.............................................................$394,000 Grant funds in the amount of $394,000 are available for allocation to fund this project. The following appropriations are needed: Grant Amount Expenditure Account STPL $318,700 M200794.589000 Prop C ? Local Return $ 75,300 M200794.589001 STPL grant revenues funds of $318,700 will reimburse City expenditures at the close of the project and will be included in FY04/05 revenue budget at account 20402.403081. Prop C - Local Return funds have been received at account 20402.404770. Recommendation Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute Contract for the Federal Street 5 Improvement Project - Phase IV with Silvia Construction, Inc., the best bidder, in the amount of $318,207 and approve a contingency amount of $31,793; 2. Authorize the City Manager to negotiate and execute a professional services contract for construction management with DMR Team in the amount of $40,000 and approve a contingency amount of $4,000; 3. Appropriate funds as set forth in the Budget/ Financial Impact section; and 4. Authorize the City Engineer to issue any necessary change orders to complete additional work within budget authority. Prepared by: Craig Perkins, Director of Environmental and Public Works Management Anthony Antich, P.E., City Engineer Renee Cowhig, Maintenance Manager Dave Britton, P.E., Principal Civil Engineer Antonio Shaibani, P.E., Civil Engineer 6