Loading...
SR-11-25-2014-3HCity Council Meeting: November 25, 2014 Agenda Item: -> To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: 2014 Annual Wastewater Main Replacement Project Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2303 to Vasilj, Inc., a California -based company, for the 2014 Annual Wastewater Main Replacement Project. 2. Authorize the City Manager to negotiate and execute a contract with Vasilj, Inc., in an amount not to exceed $2,042,756 (including 15% contingency). 3. Authorize the City Manager to negotiate and execute a contract with SA Associates, a California -based company, in an amount not to exceed $240,000 (including a 10% contingency) for construction management and inspection services for the 2014 Annual Wastewater Main Replacement Project. 4. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. Executive Summary The 2014 Annual Wastewater Main Replacement Project would replace approximately 6,600 linear feet of sewer pipeline and rehabilitate approximately 1,100 linear feet of sewer pipeline to extend their useful life, reduce maintenance needs, and upgrade capacity throughout the city. 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 as well as construction of new and rehabilitation of existing maintenance access structures. In September 2014 the City solicited bids for construction services. Ramona, Inc. was the lowest bidder, but requested that its bid be withdrawn due to a clerical error. After reviewing the seven bids received, Vasilj, Inc., the second - lowest responsive bidder, is recommended for construction of the project in an amount not to exceed $2,042,756. Additionally, in May 2014 the City requested Statements of Qualifications for construction management and inspection services for upcoming construction projects throughout the city. Staff recommends SA Associates to provide construction 0 management and inspection services for this project in an amount not to exceed $240,000, for a project total of $2,282,756. 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 tnat require rehabilitation and upgrade through video and visual inspection to increase reliability and 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. Vendor Selection — Construction On September 26, 2014, the City published a Notice Inviting Bids for construction services for the 2014 Annual Wastewater Main Improvements Citywide Project. The bid was posted on the City's on -line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. There were 1320 vendors notified with 59 vendors downloaded the bid. Seven bids were received and publicly opened on October 16, 2014, by the due date and time. One bid was received late and was returned unopened to the company that submitted the late bid. Bids results are as follows: Bidder Bid Amount Ramona, Inc. (withdrawn) $ 1,448,832.50 Vasilj, Inc. $ 1,776,310.00 2 Bidder Bid Amount SND Construction, Inc. $ 2,041,098.00 Williams Pipeline Contractors, Inc. $ 2,221,616.00 MNR Construction, Inc. $ 2,412,072.00 Dominguez General Eng, Inc. $ 2,471,060.00 GRFCO, Inc. $ 2,733,190.00 Engineer's Estimate $ 1,950,000.00 On October 20, 2014, staff received a letter from Ramona, Inc., requesting that its bid be withdrawn due to a clerical error. The City Attorney reviewed the applicable provisions in the Public Contract Code; and based on that review, advised staff to return the bid bond submitted by Ramona, Inc. Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, capacity and skill, ability to deliver and provide future maintenance or service, and compliance with City scope of work. Vasilj, Inc. has completed recent similar projects for the cities of Santa Monica, Los Angeles, Long Beach, and Pasadena. Staff contacted references listed in the bid package and all respondents reported that work performed by Vasilj, Inc. was completed in a timely and cost - efficient manner 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. Based on these criteria, Vasilj, Inc. is recommended as the best bidder for the construction services of the 2014 Annual Wastewater Main Replacement Project in accordance with City scope of work. Vendor Selection — Construction Management In May 2014 the City requested Statements of Qualifications for construction management and inspection services for upcoming construction projects throughout the city to provide more seamless reporting and management of these projects. Construction management services are also required for this project to provide better coordination with adjacent private projects. 3 The request for Statements of Qualifications was advertised on the City's online bidding website. Fifteen firms submitted Statements of Qualifications for this project and they 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, customer service, and the ability to meet required time frames. The top firms were invited to interview with Public Works staff in July 2014: GK & Associates, SA Associates, and Willdan Engineering. SA Associates is recommended as the best bidder to provide construction management and inspection services based on their qualifications and their directly related experience providing similar services for municipal agencies. Staff contacted reference agencies and all respondents reported that SA Associates provided exceptional construction management and inspection services. Services provided by SA Associates would include construction management, continuous inspection of the contractor's work, verification and management of field changes and unforeseen conditions, monitoring and mitigation of impacts as a result of the construction activities, attendance of contractor's safety meetings, attendance of periodic progress meetings, recordkeeping of all necessary inspection documentation relevant to the work performed during construction, and public outreach. On October 28, 2014, SA Associates was awarded the construction management contract for the City's annual water main replacement project in an amount not to exceed $356,400. The water main project is scheduled to be completed in April 2015. The wastewater main project is scheduled to begin in January 2015. The thee -month overlap of these two projects with the use of the same construction manager would result in a saving of $43,000 while allowing both projects to receive consistent construction management and inspection services. Public Outreach Public outreach during construction of this project will be provided by the City's construction management consultant as part of the construction management effort. C! 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. Updates regarding the project would be provided on the City's website and various social media channels. Properties impacted by the project will receive two construction notices. The first general notice would be mailed to properties adjacent to the proposed work two weeks prior to the start of construction. A second two -day notice would be subsequently hand - delivered to each adjacent property with detailed information regarding the planned construction activity, potential impacts, and contact information. The notices would be prepared by Public Works staff and distributed by the contractor. Construction Schedule Work is anticipated to begin in January 2015 and be completed by summer 2015. Financial Impacts & Budget Actions The contract to be awarded to Vasilj, Inc. is for an amount not to exceed $2,042,756 (including a 15% contingency). Funds are available in the FY 2014 -15 Capital Improvement Program budget in the following accounts: Account No Description FY14 -15 0310628.589000 Wastewater Main Replacement $ 1,021,378 C310947.589000 AB1600 Wastewater Main Replacement $1,021,378 Total Funds Available $ 2,042,756 5 The contract to be awarded to SA Associates is for an amount not to exceed $240,000 (including a 10% contingency). Funds are available in the FY 2014 -15 Capital Improvement Program budget in the following accounts: Account No Description FY14 -15 0310628.589000 Wastewater Main Replacement $ 120,000 C310947.589000 AB1600 Wastewater Main Replacement $ 120,000 Total Funds Available $ 240,000 Prepared by: Selim Eren, P.E., Civil Engineer Approved: Martin Pastucha Director of Public Works Attachment: A — Project Location Map 0 Forwarded to Council: Rod Gould City Manager Z407 s Q W w w \r Q 2 3 m 3 - n N z SoHuu1-1noouEn w w � N w > -- = = an 1 — _ — TT Ol N _ _ was Vdl _ Q I\ LLI lw U/ N N r 1 altA�l tl Ntl5 ! N V'1 V1 b f m r Q Z ll w B Q — p y. tlNtl1N01 r _ - -�rta JTLgTl 3 O y � �Y/ N Reference: Contract No. 9999 (CCS) E?� Contract No. 10000 (CCS)