Loading...
SR 07-26-2011 3ICity Council Meeting: July 26, 2011 Agenda Item: ~J' 7 To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Construction and Inspection Services Contracts for the Water Main Replacement Project - 3rd Court (Broadway to Wilshire) Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a contract with Williams Pipeline Contractors, Inc., aCalifornia-based company, in an amount not to exceed $922,784 (includes a 10% contingency) for the Water Main Replacement Project - 3`d Court (Broadway to Wilshire). 2. Authorize the. City Manager to negotiate and execute a contract with SA Associates, aCalifornia-based company, in an amount not to exceed $81,400 (includes a 10% contingency) for construction inspection services for the Water Main Replacement Project - 3`d Court (Broadway to Wilshire). 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within budget authority. Executive Summary Each year the City Council appropriates funds to replace water mains at various locations throughout the City. Water mains are identified for replacement or upgrades based on factors such as age, condition, and capacity demands. Williams Pipeline Contractors, Inc. is recommended for the construction of this project in the amount of $922,784. SA Associates is recommended to provide construction inspection services in the amount of $81,400. Discussion City staff identifies water main replacement locations based on factors that include age, condition, and capacity demands. Approximately 2,000 linear feet of cast iron water main installed in the Downtown area on 3~d Court between Broadway Avenue and Wilshire Boulevard will be removed and replaced with a larger diameter ductile iron pipe. The proposed improvements will ensure a continuous and reliable water supply. 1 Contractor Selection On May 26t" and 28t", 2011, the City published a Notice Inviting Bids in the Santa Monica Daily Press and on the City's website. Forty prospective contractors requested bid packages. The City Clerk's office received seven sealed bids, which were publicly opened by the Deputy City Clerk on June 13, 2011. Bid results are as follows: Bidder Bid Amount Williams Pipeline Contractors, Inc. $ 838,894 Cedro Construction, Inc. $ 986,095 J. Fletcher Creamer & Son, Inc. $ 1,055,510 Vido Samarzich, Inc. $ 1,078,000 Miramontes Construction Co., Inc. $ 1,100,040 Mike Bubalo Construction Co., Inc. $ 1,128,230 John T. Malloy, Inc. $ 1,143,050 All bids were evaluated on competitive pricing, understanding of the project's scope, direct experience with similar projects, approach to the work, technical competence, qualifications of the proposed staff, and the ability to meet the project schedule. Additionally, references listed by contractors were contacted to ascertain past performance on similar projects. Staff recommends Williams Pipeline Contractors, Inc., aCalifornia-based company, as the best bidder based on their price, quality of services offered, and experience with. similar projects. Recent projects completed by Williams Pipeline Contractors, Inc. include various utility projects for the cities of Beverly Hills, Huntington Beach and Burbank. Staff contacted reference agencies and all respondents reported that the work performed by Williams Pipeline Contractors, Inc., was completed in a timely and cost- effective manner while maintaining consistent quality. Staff also verified with the Contractors State License Board that Williams Pipeline Contractors, Inc.'s license is current, active, and in good standing. 2 Construction Manaaement and Inspection Staff proposes to manage construction of the Water Main Replacement Project - 3`d Court (Broadway to Wilshire) in-house. Inspection services would be contracted to provide oversight and quality control of the project. In August 2010, the City requested Statements of Qualifications for construction management services including inspection services. The request for Statements of Qualifications was advertised on the City's website and on Planet Bids. A total of 31 firms submitted Statements of Qualifications, which were reviewed and rated by Public Works staff. Selection criteria included technical competence, staffing capability, project approach, past performance, dispute resolution, quality control, cost control, management services, and customer service. The top four firms were invited to interview with Public Works staff. SA Associates is recommended as the best bidder to provide construction inspection services for this project because of its familiarity with these types of projects. SA Associates has extensive public works and water main experience in the industry and will assist staff in maintaining quality control, cost control, and customer service. SA Associates supplied the City with a list of successful water main replacement projects completed in the greater Los Angeles area. SA Associates has a proven record of successful construction inspection services. Public Outreach Public outreach for this project will be provided by Public Works staff, consisting of public notifications to adjacent property owners and tenants and the surrounding community on the scope of the project, potential impacts and schedule. Staff will also provide periodic updates and contact information for inquiries throughout the construction period to the community. 3 Financial Impacts & Budget Actions The construction contract amount to be awarded to Williams Pipeline Contractors, Inc. is $922,784 (includes 10% contingency). The construction inspection services contract amount to be awarded to SA Associates is $81,400 (includes a 10% contingency). Funds are available in the FY2011-12 budget in account 0250136.589000, Water Main Replacement. Prepared by: Spiros Lazaris, Civil Engineer Approved: Martin Pastucha Director of Public Works Forwarded to Council: Rod Gould City Manager 4 Reference Contract Nos. 9434 (CCS) and 9435 (ccs)