Loading...
SR 07-26-2011 3OCity ~ur~cil cty of ~~n£a ~®nica' City Council 9Neeting: July 26, 2fl3'i Agenda Item: _ i v To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Contract Modifications and Additional Construction Contract for Beach Restroom Facilities Replacement Project Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a first modification to Contract 9254 (CCS) with CWS Systems Inc., aCalifornia-based company, in the amount of $295,000 {includes a 10% contingency), for a total contract amount not to exceed $4,454,164, for additional scope of work as a result of unforeseen scope changes and site conditions for the Beach Restroom Facilities Replacement Project. 2. Authorize the City Manager to negotiate and execute a first modification to Contract 2236 (CCS) with Monarch Plumbing & Mechanical, a California-based company, in the amount of $137,500 (includes a 10% contingency), for a total contract amount not to exceed $198,534, for additional scope of work as a result of unforeseen scope changes and site conditions for the Beach Restroom Facilities Replacement Project. 3. Authorize the City manager to negotiate and execute a construction contract wi#h Blois Construction Inc., aCalifornia-based company, in the amount of $146,026 (includes a 10% contingency) for sewer lateral replacement for the Beach Restroom Facilities Replacement Project. 4. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within budget authority. Executive Summary In fall 2010 CWS Systems Inc. began construction to replace or upgrade a total of seven restroom facilities on Santa Monica State Beach built nearly 30 years ago. During construction, unforeseen scope changes and site conditions necessitated additional scope of work and an extension of the construction schedule. The existing contract contingency is not sufficient to cover the additional costs of added scope of work for construction and the provision of temporary restroom facilities. Staff is requesting a first modification to Contract 9254 (CCS) with CWS Systems Inc. in the 1 amount of $295,000 (includes a 10% contingency), for a total contract amount not to exceed $4,454,164, in order to cover these additional costs. -Staff also requests a first modification to Contract 2236 with Monarch Plumbing & Mechanical in the amount of $137,500 (includes a 10% contingency), for a total con#ract amount not to exceed $198,534, in order #o cover costs for scope of work associated with a damaged sewer lateral, and damaged sewer main at the point of connection. Staff recommends Blois Construction Inc. for construction services to replace the two sewer laterals for the unsuitable sewer lines serving two restroom sites in the amount of $146,026 (includes a 10% contingency). Discisssi®rs CWS Systems lnc. Contract Modification On August 10. 2010, Council approved Contract 9254 (CCS) with CWS Systems Inc. in the amount of $4,159,164 to provide construction services for the replacement of seven restroom facilities and the upgrade of one existing facility on Santa Monica State Beach built nearly 30 years ago. In response to community concerns regarding the siting of the restroom at 2400 Ocean Front Walk this restroom did not proceed into construction and the existing restroom building at this location has remained in place. During the demolition phase of construction, the project encountered several unforeseen conditions at multiple locations including buried obstructions at seven sites, unsuitable soils at three sites, and incorrect as-built documents and changes in code requirements that necessitated significant revisions to the design of electrical and plumbing systems at six sites. These conditions have depleted the $378,106 contingency contained in the original contract. Excavation for final utility connections revealed additional unforeseen conditions including a substandard water supply line at one site, unsafe electrical conduits and conductors at three sites, and unusable sewer laterals and failure of the sewer main serving two of the sites. These conditions resulted in delays and additional scope of work, adding cost to the project. Staff is requesting a first modification to Contract 9254 (CCS) with CWS Systems lnc. in the amount of $295,000 to cover the additional costs 2 of design and structural modifications, revisions to gates; modified hardware, and waterproofing specifications due to differing field conditions and design omissions. With the added scope of work, more time will be required to complete the project. Completion of three sites is anticipated by August 1, 2011, with completion of the remaining four sites by the end of August 2011. The three sites to be completed by August 1, 2011, are: • North of the Pier: 0 1200 Palisades Seach Road • South of the Pier 0 2600 Ocean Front Walk 0 2800 Ocean Front Walk The remaining four sites to be completed by the end of August 2011 are: • North of the Pier 0 810 Palisades Beach Road 0 1100 Palisades Beach Road • South of the Pier 0 2000 Ocean Front Walk 0 2500 Ocean Front Walk Monarch Plumbing & Mechanical Contract Modifiication To expedite replacement of the sewer lateral at the 2600 Ocean Front Walk site and not encumber CWS Systems Inc. with additional tasks, following a competitive bid process Monarch Plumbing & Mechanical was awarded Contract 2236 in an amount not to exceed $61,034. Excavation of the area at the point of connection to the water main revealed concrete debris, and the water main was broken and not suitably flowing. Extensive over-excavation and immediate emergency replacement of 40 feet of the water main were necessary to ensure the integrity of the new sewer lateral and eliminate threat to human public health, welfare and safety due to leaking sewage. Staff 3 is requesting a first modification to Contract 2236 with Monarch Plumbing & Mechanical in the amount of $ 137,500 (includes a 10% contingency) to cover the additional costs for additional excavation, replacement of forty feet of water main serving two restroom sites, backfill and compaction of soils, asphalt repair and parking lot striping. Blois Construction Contract To minimize further project delay, staff recommends hiring an additional contractor to perform the sewer construction work to expedite this work and not encumber CWS Systems Inc. with additional tasks. Staff expedited bid solicitation for replacement of the unusable sewer laterals at two sites and received three bids. The bid results are as follows: Name of Bidder Bid Amount Blois Construction Inc. $132-,751 CWS Systems Inc. $144,888 Monarch Plumbing & Mechanical $154,472 Bids were evaluated by staff from the Public Works Department. The evaluation was based on pricing, understanding of the project scope, direct experience on similar projects, and availability of equipment and crew. Staff recommends Blois Construction Inc. for construction services to replace the sewer laterals for the unsuitable sewer lines serving two restroom sites in the amount of $146,026 (includes a 10% contingency). Blois Construction was selected based on its highly competitive pricing, thorough understanding of the project scope, past experience, and availability to perform and complete the scope of work promptly. Its recent experience includes sewer replacement on Pacific Coast Highway near Santa Monica and work on the Sig Blue Bus Campus Expansion Project. Staff contacted references and all respondents reported that Blois Construction's quality of work was beyond satisfactory and the work was completed in a timely and cost-efficient manner. 4 The California Contractors State License Board verified that Blois Construction Inc.'s license is active and in good standing. Financial and Budget Ac#ions The contract modification to be awarded to CWS Systems lnd. is $295,000, for a total contract amount not to exceed $4,454,164. The contract amount to be awarded to Blois Construction Inc. is $146,026. Funds for both contracts are available in account 0010747.589000 (Park Restroom Replacement). The contract modification to be awarded to Monarch Plumbing & Mechanical is $137,500, for a total contract amount not to exceed $198,534. Funds in the amount of $38,500 are available in account 0010747.589000 (Park Restroom Replacement) and $99,000 in account 0310628.589000 (1Nastewater Main Replacement). Prepared by: Voneelya Simmons, Project Manager Approved: Martin Pastucha Director of Public Works Forwarded #o Council: s...Y.,%~ °~ J1 7V Rod Gould City Manager 5 Reference Amended Contract No. 9254 (CCS) and Contract Nos. 9439 (CCS) and 9440 (CCS).