Loading...
SR 02-23-2016 3N City Council Report City Council Meeting: February 23, 2016 Agenda Item: 3.N To: Mayor and City Council From: Martin Pastucha, Director, Public Works, Civil Engineering Subject: 2015 Annual Wastewater Main Improvements Project Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2380 to Ramona, Inc., a California-based company, for the 2015 Annual Wastewater Main Improvements Project. 2. Authorize the City Manager to negotiate and execute a contract with Ramona, Inc., in an amount not to exceed $2,731,190 (including 15% contingency). 3. Authorize the City Manager to negotiate and execute a contract with Willdan Engineering, a California-based company, in an amount not to exceed $252,000 (including a 10% contingency) for construction management and inspection services for the 2015 Annual Wastewater Main Improvements Project. 4. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. Executive Summary The 2015 Annual Wastewater Main Improvements Project would replace over 7,000 linear feet and rehabilitate nearly 6,000 linear feet of sewer pipeline to extend 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 November 2015 the City solicited bids for construction services. After reviewing the six bids received, Ramona, Inc., the best bidder, is recommended for construction of the project in an amount not to exceed $2,731,190 (including a 15% contingency). To support the 2015 Annual Wastewater Main Improvements Project, construction services are needed. In May 2014 the City requested Statements of Qualifications for construction management and inspection services for upcoming construction projects throughout the city. Staff recommends Willdan Engineering to provide construction management and inspection services for this project in an amount not to exceed $252,000 (including a 10% contingency), for a project total of $2,983,190. 1 of 6 Discussion The Water Resources Division operates and maintains an extensive sanitary sewer collection system including approximately 150 miles of wastewater pipelines. The Division uses a sewer asset management plan that evaluates data such as age, pipe condition, capacity demands, and maintenance needs. Information from this asset management plan combined with video and visual inspection records are used by staff to identify areas of the collection system that require rehabilitation and upgrade. 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 access structures to ensure adequate and reliable sewer service for customers. Improvements are scheduled mostly northwest of Montana Avenue along stthth Palisades Place North between 1 Court and 7 Street, Alta Place North between 4 thththth Street and 7 Street, Marguerita Place North between 4 Court and 7 Street and 9 Court between Marguerita Avenue and Georgina Avenue. Improvements would also th take place southwest of the I-10 freeway on 11 Court north of Michigan Avenue, ththth Pacific Street between 6 Street and 7 Street and Euclid Street and 14 Street, and on Longfellow Street and Ozone Street. The project also implements cured-in-place lining and rehabilitation of existing mainline pipes providing substantial extension to the lifecycle of the existing critical segments. Sewer lining improvements are proposed at beach parking lots 5 south (2600 Barnard Way) and 2030 Ocean Avenue, and along Ocean Front Walk (Attachment A). Vendor Selection - Construction On October 28, 2015, the City published Notices Inviting Bids for construction services for the 2015 Annual Wastewater Main Improvements Project as required by the Civil Engineering Division-line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. Fourteen hundred sixty vendors were notified and 56 vendors downloaded the bid. Six bids were received and publicly opened on December 10, 2015. Bid results are as follows: 2 of 6 Bidder Bid Amount Ramona, Inc. $ 2,374,948.00 Blois Construction, Inc. $ 2,541,289.00 Mike Prlich and Sons. $ 2,805,000.25 GRFCO, Inc. $ 2,833,524.00 Vasilj, Inc. $ 2,971,579.00 PALP Inc. Excel Paving, Co. $ 3,350,358.00 $ 2,505,054.00 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. Ramona, Inc. has completed recent similar projects for the cities of Los Angeles, Long Beach, Brea, Palos Verdes Estates, and Vernon. Staff contacted references listed in the bid package and all respondents reported that work performed by Ramona, Inc. was completed in a timely and cost- efficient manner while maintaining consistent quality. Staff also verified with the current, active, and in good standing. Based on these criteria, Ramona, Inc., the lowest bidder, is recommended as the best bidder for construction services of the 2015 Annual Wastewater Main Improvements 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. This process established a list of consultants prequalified to provide construction management services for the City. The consultant list is valid for selection for a period of two years. Once selected for a project, the consultant and City would enter into a one year contract with an option to extend for an additional year, if necessary to complete the project. The 2015 Annual Wastewater Main Improvements Project requires construction management services. On June 6, 2014, the City received Statements of Qualifications in the category of 3 of 6 itted Statements of Qualifications for this project which were reviewed and rated by Public Works staff. Selection criteria included technical competence, staffing capability, project approach, past performance, dispute resolution, price, quality control, cost control, management services, customer service, and the ability to meet required time frames. The top three firms were invited to interview with Public Works staff in July 2014. These included GK & Associates, SA Associates, and Willdan Engineering. Willdan Engineering 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 Willdan Engineering provided exceptional construction management and inspection services. Services provided by Willdan Engineering would include construction management, continuous inspection of the contrac changes and unforeseen conditions, monitoring and mitigation of impacts as a result of the construction activities, attendance at ance at periodic progress meetings, recordkeeping of all necessary inspection documentation relevant to the work performed during construction, coordination with adjacent properties, and public outreach. Public Outreach Public outreach during construction of this project would be provided by Willdan Engineering, . Public outreach would include notifications distributed to adjacent properties and the surrounding community on the scope of the project and potential impacts. Weekly updates would be posted on Santa Monica Daily Press website and various social media channels. Properties impacted by the project would 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 4 of 6 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. Sewer lining work in Beach Parking Lots and along Ocean Front Walk Sewer lining work, which is much less invasive, would be performed at two beach parking lots and along a portion of Ocean Front Walk. All vehicular and pedestrian ingress and egress access points will be maintained at all times during sewer lining operations at Parking Lot 5 South (2600 Barnard Way) and 2030 Ocean Avenue. Various parking stalls will be utilized to stage construction vehicles and equipment during construction operations at these locations, and will be coordinated with parking office staff. In addition, work along Ocean Front Walk between Bay Street and Moss Avenue would also maintain pedestrian ingress and egress access points at all times during sewer lining operations along the path. Construction Schedule Work is anticipated to begin in April 2016 and be completed by April 2017. Work in the Beach Parking Lots and along Ocean Front Walk would take approximately two months to complete. Work is tentatively scheduled to start in April and be completed end of May 2016 before the start of summer season. Financial Impacts & Budget Actions The contract to be awarded to Ramona, Inc. is for an amount not to exceed $ 2,731,190 (including a 15% contingency). Funds are available in the FY 2015-16 Capital Improvement Program budget in the following accounts: Account No. Description FY15-16 C310628.589000 Wastewater Main Replacement $ 1,365,595 C310947.589000 AB1600 Sewer Expo Project $ 1,365,595 5 of 6 Total Funds Available $ 2,731,190 The contract to be awarded to Willdan Engineering is for an amount not to exceed $252,000 (including a 10% contingency). Funds are available in the FY 2015-16 Capital Improvement Program budget in the following accounts: Account No. Description FY15-16 C310628.589000 Wastewater Main Replacement $ 126,000 C310947.589000 AB1600 Sewer Expo Project $ 126,000 Total Funds Available $ 252,000 Prepared By: Joshua Carvalho, Civil Engineer Approved Forwarded to Council Attachments: A. Annual Wastewater Main Improvements Citywide 6 of 6 Attachment A wĻŅĻƩĻƓĭĻʹ /ƚƓƷƩğĭƷbƚ͵ЊЉЋЎВ Λ//{Μ ε /ƚƓƷƩğĭƷbƚ͵ЊЉЋЏЉ Λ//{Μ