Loading...
SR-06-25-2013-3OCity Council Meeting: June 25, 2013 Agenda Item: S'C To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Award Construction Contract for Annual Wastewater Main Improvements Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a construction contract with Vasilj, Inc., a California -based company, in an amount not to exceed $1,358,928 (includes a 15% contingency) for the annual Wastewater Main Improvements. 2. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within budget authority. Executive Summary The annual Wastewater Main Improvements would replace approximately 3,450 linear feet of sewer pipeline and rehabilitate approximately 1,980 linear feet of sewer pipeline to extend their useful life, reduce maintenance, and upgrade capacity. Pipelines identified for replacement and rehabilitation are selected based on factors such as age, condition and capacity demand. Specific work would include replacement, upgrade, lining and rehabilitation of existing wastewater mains; construction of new and rehabilitation of existing maintenance access structures. In April -May, 2013 the City solicited bids for construction services. After reviewing the seven bids received, Vasilj, Inc., the lowest bidder, is recommended for construction of the project in an amount not to exceed $1,358,928. Discussion The Water Resources Division operates and maintains an extensive sanitary sewer collection system including approximately 150 miles of wastewater pipelines. The Division uses an asset management plan that evaluates data such as age, pipe condition, and capacity demands to identify the most critical wastewater infrastructure improvement needs. Staff identified areas of the collection system that require rehabilitation and upgrade through video and visual inspection to increase reliability and 1 reduce maintenance demands. This project includes improvements at selected areas based on highest priority deficiencies in the wastewater collection system. The proposed improvements consist of replacing substandard 6- inch - diameter pipe with new 8- inch - diameter pipe and replacing /repairing maintenance structures holes to ensure adequate and reliable sewer service for customers. The project implements cured -in- place lining and rehabilitation of existing mainline pipes providing substantial extension to the lifecycle of the existing critical segments. Improvements are mostly south of the I- 10 freeway. Contractor Selection On April 30 and May 2, 2013, the City published a Notice Inviting Bids in the Santa Monica Daily Press and on the City's online bidding site. Sixty -four prospective contractors requested bid packages. The City Clerk's office received seven sealed bids, which were publicly opened by the Deputy City Clerk on May 14, 2013. Bid results are as follows: Bidder I Bid Amount Vasilj, Inc. $1,181,677 Toro Enterprises, Inc. $1,188,561 Ramona, Inc. $1,220,495 Blois Construction, Inc. $1,232,521 John T. Malloy, Inc. $1,245,012 Charles King Company, Inc. $1,365,260 Vido Artukovich & Son, Inc. $1,696,239 Engineer's Estimate $1,300,000 Bids were evaluated based on understanding of the project's scope, price, direct experience on similar projects, approach to the work, technical competence, qualifications of the proposed staff, and the ability to meet the desired time frames. Staff recommends Vasilj, Inc., as the best bidder based on its price, quality of services offered, and experience with similar projects. Vasilj, Inc., has completed recent similar projects for the cities of Anaheim, Los Angeles, Pasadena, and Long Beach. References listed in the bid package were contacted and all respondents reported that work performed by Vasilj, Inc., was completed in a timely and cost - efficient manner 2 while maintaining consistent quality. Staff also verified with the Contractors State License Board that Vasilj, Inc.'s and its subcontractors' licenses are current, active, and in good standing. Public Outreach Construction management and public outreach for this project would be provided by staff from Public Works Department. 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 performed during construction. Public outreach would include notifications distributed to adjacent properties and the surrounding community on the scope of the project, potential impacts and schedule with periodic updates and weekly updates on the City's "Know Before You Go" (aka KBUG) website and Monday editions of the Santa Monica Daily Press. For work requiring temporary closures or detours on major roads, highly visible electronic changeable message signs would be placed at strategic locations one -week prior to the planned work to notify the travelling public. Construction Schedule Work is anticipated to begin in the summer of 2013 and be completed by spring of 2014. 3 Financial Impacts & Budget Actions The contract to be awarded to Vasilj, Inc., is for an amount not to exceed $1,358,928 (including a 15% contingency). Funds are available in the FY2012 -13 Capital Improvement Program budget in the following accounts: Account No. Description FY12 -13 0310628.589000 Wastewater Main Replacement $679,464 C310947.589000 A81600 Wastewater Main Replacement $679,464 Total Funds Available $1,358,928 Prepared by: Selim Eren, P.E., Civil Engineer Approved: e Martin Pastucha Director of Public Works Attachment: A — Project Location Map CI Forwarded to Council: Rod Gould City Manager ATTACHMENT A City of Santa Monica FY 12 -13 Wastewater Main improvements Citywide Location Map *M\ _I�\\'�,� IM E = Work locations Reference: Contract No. 9757 (CCS)