Loading...
sr-092209-1eCity Council Meeting: September 22, 2009 Agenda Item: , -' To: Mayor and City Council From: Lee E. Swain, Director of Public Works Subject: Santa Monica Boulevard Resurfacing -Phase 1 Contracts Recommended Action Staff recommends that the City Council: 1. award a construction contract to Silvia Construction, Inc. the best bidder, in the amount of $1,244,479 plus a 10% contingency of $124,448 for a total amount not to exceed $1,368,927; 2. authorize the City Manager to negotiate and execute a construction management agreement with Tetra Tech in the amount of $124,450 plus a 10% contingency of $12,445 for a total amount not to exceed $136,895; and 3. authorize the City Engineer to issue any necessary change orders to complete additional work within budget authority. Executive Summary The Santa Monica Boulevard Resurfacing -Phase 1 Project (Project) consists of pavement resurfacing, sidewalk repairs, concrete gutter installation and other similar improvements to Santa Monica Boulevard .between Lincoln Boulevard and Cloverfield Boulevard. The Project will also replace existing in-road warning lights at four intersections on Santa Monica Boulevard.. The Project utilizes Proposition 1 B and Capital Projects funds. Background In November 2006, voters in the State of California adopted the Highway Safety, Traffic Reduction, Air Quality, and Port Security Bond Act of 2006 (Proposition 1 B). The State appropriated $950 million in the Local Streets and Road Improvement, Congestion Relief, and Traffic Safety Account of 2006 for apportionment to cities and counties. The allocation to cities and counties is determined by the most recent population estimate prepared by the State of California Department of Finance. The City of Santa Monica was allocated $1,465,667 in Proposition 1B funds in FY 2007-2008. On December 2. 1 2008, the City Council adopted Resolution No. 10367 (CCS) designating the Santa Monica Boulevard Street Resurfacing Project to utilize the FY 2007-2008 Proposition 1 B funds. Discussion The Project consists of cold-milling/grinding and rubberized asphalt overlay, re-striping, sidewalk removal and reconstruction, curb and gutter removal and reconstruction and other appurtenant work on Santa Monica Boulevard from Lincoln Boulevard to Cloverfield Boulevard. The Project will also replace existing in-road warning lights at four intersections on Santa Monica Boulevard at 9t", Euclid, 15t" and 18t" Streets. Contractor Selection A Notice Inviting Bids was published in the Santa Monica Dailv Press on July 8 and 11, 2009, and the bid documents were sent to nine public plan rooms. The Notice Inviting Bids was also posted on PlanetBids. A total of 42 prospective bidders requested bid documents and five sealed bids were received by the City Clerk's office. The following bids were publicly opened and read aloud on July 29, 2009, by the Deputy City Clerk. The bid results were as follows: 1. Silvia Construction, Inc. $1,244,479 2. All American Asphalt $1,350,440 3. Sequel Contactors, Inc. $1,419,370 4. Sully-Miller Contracting, Inc. $1,473,579. 5. Shawnan $1,519,650 Engineer's Estimate $1,600,000 Silvia Construction, Inc., (Contractor), the recommended best bidder, supplied the City with a list of similar projects for the cities of Thousand Oaks, Long Beach, Santa Clarita, Lakewood and Oxnard. The projects listed were either ongoing or completed within the last two years with a construction value equal to or greater than the Engineer's estimate for this project. Staff contacted the references for these projects and they all reported 2 that the Contractor's work quality was good and the projects were on schedule or completed in a timely and cost efficient manner. Staff also contacted the Center for Contract Compliance and found the Contractor 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. Silvia Construction Inc., is currently under contract with the City for the Federally Funded Streef Resurfacing Project #5 and staff reports that the project is on-schedule and progressing satisfactorily. Construction Management Selection On July 2, 2009, the City requested Statements of Qualifications for construction management and inspection services for the Stimulus and Proposition 1B funded resurfacing projects. The request for Statements of Qualifications was advertised on PlanetBids. A total of 13 firms submitted Statements of Qualifications for these projects, which were reviewed and rated by Public Works staff. Selection criteria included experience on similar projects, staffing efficiency, technical competence, understanding of the project's scope, approach to the work, contract dispute experience, qualification of proposed staff, and the ability to meet required time frames. The top three firms were invited to interview with the City. Staff from Public Works completed these interviews on July 22, 2009. Tetra Tech is the top ranked firm. Tetra Tech supplied the City with a list of similar projects for the cities of Buena Park, Burbank, San Diego, Huntington Beach, Palm Desert, and National City. Tetra Tech has provided Construction Management services to the City of Santa Monica in the past and has a proven record of successful budget and schedule management. Tetra Tech is recommended as the best proposer to provide construction management and construction inspection services. Their services will include public outreach, construction management, and continuous inspection of the contractor's work. Tetra Tech has relevant experience working on various utility and street improvement projects for the City of Santa Monica. City staff contacted reference agencies. and all 3 respondents reported that the firm provided exceptional construction management and inspection services. Public Outreach Public relations during construction of this project will be provided by Tetra Tech as a part of the construction management effort. The outreach process will consist of public notifications on the scope of the project, potential impacts,. schedule, and periodic project updates. Financial Impacts & Budget Actions The total project cost including construction, construction management and contingencies is estimated to not exceed $1,505,822 and is available in the following accounts: Construction Contract-Silvia Construction. Inc.: Account Name 0207031.589000 Prop 1 B - SM Blvd 0020456.589000 Crosswalk Improvements Construction Management Contract -Tetra Tech: Account Name 0207031.589000 Prop 1 B - SM Blvd 0020456.589000 Crosswalk Improvements Total Funds Available: Amount $ 1,339,815 $ 29,112 Amount $ 125,852 $ 11,043 $ 1,505,822 4 Prepared by: Allan Sheth, Civil Engineering Associate Approved: Forwarded to Council: G, Lee E. Swain, Director ~-/ P Department of Public Works ,f~