Loading...
SR-05-14-2013-3ICity Council Meeting: May 14, 2013 Agenda Item:` To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Award Construction Contract for the Inline Storm Drain Runoff Infiltration Pilot Project Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a contract with Blois Construction, Inc., a California -based company, in an amount not to exceed $182,070 (includes a 10% contingency) for the Inline Storm Drain Runoff Infiltration Pilot Project. 2. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within budget authority. Executive Summary Santa Monica received $300,000 from Proposition 84 for the In -Line Storm Drain Runoff Infiltration Project (Project). The purpose of the Project is to evaluate retrofit options for existing catch basins and manholes to capture and infiltrate urban runoff. Pilot retrofits would be implemented for two catch basins at the intersection of Nebraska and Franklin and one manhole at the intersection of Nebraska and Stanford. In February 2013, the City solicited bids for the Project. After reviewing the eight bids received, staff recommends Blois Construction, Inc. to provide construction services for the Project at a cost not to exceed $182,070. Background On January 26, 2010, Council adopted the Measure V FY2010 -11 through FY2014 -15 Five Year Plan which included the Inline Storm Drain Runoff Infiltration Pilot Project. On November 8, 2011, Council authorized staff to accept a $300,000 grant with the State Water Resources Control Board to construct the In -Line Storm Drain Runoff Infiltration Project. 1 On February 12, 2013, Council approved California Watershed Engineering to perform all of the water quality monitoring, testing and analysis as required by the City's agreement with the State Water Resources Control Board for an amount not to exceed $80,000. Discussion The Project aims to evaluate the feasibility of retrofitting existing storm drain infrastructure, such as catch basins and manholes, for runoff infiltration purposes. Retrofits would be implemented for two catch basins at the intersection of Nebraska and Franklin and one manhole at the intersection of Nebraska and Stanford. Evaluation of the pilot project based on pollutant reduction analysis, construction complexities, cost, time, and adverse impacts would determine if the strategies could be adopted as a standard best management practice for other catch basin and manhole retrofits as the City strives to achieve compliance with its National Pollutant Discharge Elimination System (NPDES) permit. The Project is part of the Measure V Five Year Capital Improvement Plan. The construction of the Project would be funded by Proposition 84 and anticipated to be completed by September 2013. Contractor Selection On February 23 and 25, 2013, the City published a Notice Inviting Bids in the Santa Monica Daily Press and on the City's online bidding site. Eight sealed bids were received by the City Clerk's office and publicly opened on March 14, 2013 by the Deputy City Clerk. The bid results are as follows: Bidder GRFCO, Inc. Blois Construction, Inc. Bali Construction, Inc. Y & M Construction, Inc. Mike Prlich & Sons, Inc. Clarke Contracting Co. Atlas- Allied, Inc. MMC, Inc. 7 Bid Amount non - responsive /non - responsible $165,519 $176,800 $188,470 $215,500 $226,455 $237,450 $266,850 The 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. On March 19, 2013, staff received documentation from the Center for Contract Compliance, a nonprofit labor /management trust that monitors public works projects, which contained debarment and litigation history of the principals of GRFCO, including its officer and project manager, and their various related and affiliated entities, Garcia Juarez Construction and Southern California Underground. The Center for Contract Compliance's documentation contain reports from the City of San Diego debarring the two principals and their related entity, a temporary protective order against one principal requested by the City of Riverside, CAL /OSHA citations, and lawsuits for non - payment of prevailing wage. None of which were disclosed by GRFCO in the current bid. Staff has verified the complaints against GRFCO staff and their various related and affiliated entities. Based on the information provided by the Center for Contract Compliance and the inaccurate responses on GRFCO's bid, staff deems GRFCO, Inc. a non - responsive, non - responsible bidder and recommends Blois Construction, Inc. as the best bidder based on their price, quality of services offered, and experience with similar projects. Blois Construction, Inc. provided in excess of ten references for recently completed projects. Staff contacted references for three representative projects from the City of Ventura, County of Ventura, and City of Burbank. All references reported that the work performed by Blois Construction, Inc. was completed in a timely and cost - effective manner while maintaining consistent quality. Staff also verified with the Contractors State License Board that Blois Construction, Inc. and its subcontractors' licenses are current, active, and in good standing. 3 Construction Manager Selection Construction management for this project would be provided by staff. Construction management would include inspecting the contractor's work during construction, verifying and controlling field changes and unforeseen conditions, monitoring and mitigating impacts as a result of the construction activities, attending contractor's safety meetings, attending periodic progress meetings, and maintaining all necessary inspection documentation relevant to the work conducted during construction. Financial Impacts & Budget Actions The construction contract to be awarded to Blois Construction, Inc. is in an amount not to exceed $182,070 (includes a 10% contingency). Funds are included in the FY 2012- 13 Capital Improvement Program budget at account C209031.589000, Proposition 84 State Water Board. Prepared by: Joshua Carvalho, P.E., Assistant Civil Engineer Approved: Forwarded to Council: Martin Pastucha Rod Gould Director of Public Works City Manager n Reference Contract No. 9739 (CCS)