Loading...
SR 09-27-2016 3B Ci ty Council Report City Council Meeting : September 27, 2016 Agenda Item: 3.B 1 of 6 To: Mayor and City Council From: Susan Cline, Director , Public Works, Civil Engineering Subject: Award Construction Contracts for Street Light Modernization Project in Sunset Park Neighborhood Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2406 to Servitek Solutions, Inc., a California -based company, for the Street Light Mo dernization Program - Project 1 ; 2. Authorize the City Manager to negotiate and execute a contract with Servitek Solutions, Inc., in an amount not to exce ed $ 1,501,11 6 (including a 10% contingency ); 3. Award RFP #SP2406 to Psomas, a California -based company, for construction management and inspection services for the Street Light Modernization Program – Project 1 ; 4. Authorize the City Manager to negoti ate and execute a Professional Services Agreement with Psomas, in an amount not to exceed $187,53 0 (including a 10% contingency ); 5. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract a uthority. Executive Summary The Street Light Modernization Program - Project 1 would replace deteriorated high - voltage series electrical circuits and High Pressure Sodium (HPS) lighting fixtures with modern, reliable, 120 -volt electrical circuits and Ligh t Emitting Diode (LED) lighting fixtures on various residential streets located within the Sunset Park area. These upgrades would result in reduced energy use and subsequent savings to the City. This project is the first in a multi -year five -part program to modernize the remaining high - voltage series street lighting within the City . In July 2016, the City solicited bids for construction services. Staff recommends Servitek Solutions, Inc., as the best bidder for the Street Light Modernization Program - Pr oject 1, for an amount not to exceed $ 1,501,116 (including a 10% contingency). Additionally, in June 2016, the City request ed proposals from pre -qualified construction management firms for construction management and inspection services for the Street Light Modernization Program - Project 1. Staff recommends Psomas to provide construction management and inspection services for this project in an amount not to 2 of 6 exceed $187,530 (including a 10% contingency). Background The City Council appropriated funds in the Capital Improvement Program (CIP) budget for fiscal year 2014 -2016 and 2016 -2018 to replace deteriorated series street lighting circuits and HPS fixtures with modern, reliable, multiple circuits and LED lighting fixtures, as part of the City’s on -go ing program to modernize the remaining series circuit lighting within the City. Series street lighting represent s older technology based on high voltage circuitry with lighting fixtures connected in “series” similar to Christmas lighting that may result i n an entire circuit being disabled if a single light fixture goes out. Modern street lighting systems use standard 120 -volt circuitry, connected in ‘parallel” that continues to operate even if one or more individual fixtures goes out. In addition , 120 -volt circuitry supports modern energy -saving LED fixtures as well as other smart technologies. To date, a pproximately 70% of the existing series street lighting circuits in the City have been upgraded to modern 120 -volt systems under this CIP. Consistent wit h efforts to preserve the “dark night sky” the LED cobra head replacements would have a 0 up -light rating, the fixtures would have an internal level ensuring that the light is di rected downward, as well as other specifications that address the preservation of the "dark night sky." In 2012, a pproximately 600 LED fixtures were installed at various locations throughout the City using American Recovery and Reinvestment Act (ARRA) funds . Fixtures were upgraded in neighborhoods including North of Montana, Sunse t Park, Ocean Park, Wilshire -Montana and Mid -City. An additional 1200 HPS fixtures are currently being replaced with LED fixtures as part of the ongoing On -Bill Financed LED Street Light Conversion Project. This first project under the modernization pro gram is located on various residential streets within the Sunset Park area as follows: Bay Street from Lincoln Blvd . to 16 th Street Grant Avenue from Lincoln Blvd . to 16 th Street Pacific Street from Lincoln Blvd . to 16 th Street Pearl Street from L incoln Blvd . to 16 th Street Cedar Street from Lincoln Blvd . to 15 th Street Pine Street from Lincoln Blvd . to 15 th Street Maple Street from Lincoln Blvd. to 16 th Street 3 of 6 10 th Street from Pico Blvd. to Ocean Park Blvd. 11 th Street from Pico Blvd. to Ocean Park Blvd. Euclid Street from Pico Blvd. to Ocean Park Blvd. 14 th Street from Pico Blvd. to Ocean Park Blvd. 16 th Street from Pico Blvd. to Ocean Park Blvd. The locations chosen were prioritized based on the maintenance and outage history pro vided by staff from Public Works. Future projects under the modernization program will address series street lights in the North of Montana, Ocean Park and Mid -Cit y areas as shown under Attachment 1, contingent on adequate funding. Contractor Selection – Construction On July 6, 2016, the City published Notices Inviting Bids for the Street Light Modernization Program - Project 1 to replace deteriorated series street lighting circuits and fixtures with modern, reliable, multiple circuits and LED lighting fi xtures in accordance with City specifications. 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. Fifty -two vendors downloaded t he bid. Five bids were received and publicly opened on July 28, 2016. Bid results are as follows: Bidder Base Bid Servitek Solutions, Inc. $1,364,651 International Line Builders, Inc. $1,579,737 Belco Elecnor Group $1,776,622 Comet El ectric $1,788,702 Select Electric, Inc. $1,953,441 Bids were evaluated based on the criteria in SMMC 2.24.072, including price, capacity to perform the work, experience on similar projects, availability of material, equipment and qualified staff, u nderstanding of the project requirements, ability to meet the desired time frames, and perfor mance of similar projects. Based on these criteria, Servitek Solutions, Inc., the lowest bidder, is recommended as the best bidder. Staff contacted references p rovided by Servitek Solutions, Inc. for similar projects for 4 of 6 the Los Angeles Unified School District, the Palm Springs Airport, Metro, and Caltrans. All references reported that the work was completed in a timely and cost -effective manner while maintaining consistent quality. Staff also verified with the Contractor's State Licenses Board that Servitek Solutions' license is current, active, and in good standing. Consultant Selection - Construction Management On September 22, 2015, the City issued Request fo r Qualifications (RFQ) for construction management and inspection services for upcoming construction projects. The RFQ was posted on the City’s on -line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Char ter and Municipal Code provisions. One hundred twenty -four vendors downloaded the RFQ. Twenty -five firms responded. Responses to the RFQ were reviewed by a selection panel of staff from the Public Works Department. Evaluation was based on the selection cr iteria set forth in SMMC Section 2.24.073 , with specific review of the following: technical competence, staffing capability, project approach, past performance, dispute resolution, quality control, cost control, management services, customer service, and t he ability to meet required time frames. The top three firms (Hill International, Psomas and Willdan) were invited to submit scope and fee proposals in June 2016. Based on the selection criteria set forth in SMMC 2.24.073, staff recommends Psomas as th e best qualified firm to provide construction management and inspection services based on its qualifications and its directly related experience providing similar services for municipal agencies. Services provided by Psomas would include construction manag ement, continuous inspection of the contractor’s work, verification and management of field changes and unforeseen conditions, monitoring and mitiga tion of impacts as a result of the construction activities, attendance of contractor’s safety meetings, atte ndance of periodic progress meetings, recordkeeping of all nece ssary inspection documentation relevant to the work performed during construction, and public outreach. 5 of 6 Public Outreach Public outreach during construction of this project would be provided b y the City’s construction management consultant as part of the construction management effort. Public outreach would include notifications distributed to adjacent properties and the surrounding community on the scope of the project, potential impacts inclu ding night work, 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 Pres s. Updates regarding the project would be provided on the City’s website and var ious 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 not ice 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 Construction work is tentatively scheduled to begin in November 2016, pending material availability. Construction duration is for a period of approximately six months. Financial Impacts and Budget Actions The contract to be awarded to Servitek Solutions is for an amount not to exceed $1,501,116 (including a 10% contingency). The Professional Services Agreement to be awarded to Psomas is for an amount not to exceed $187,530 (including a 10% contingency). Funds are avail able in the FY 2016 -17 Capital Improvement Program 6 of 6 budge t in account C010724 .589000. Prepared By: Allan Sheth, Civil Engineering Associate Approved Forwarded to Council Attachments: A. Street Light Modernization Project Map At t a c h m e n t A Reference:    Agreement  No. 10363   (CCS)  &  Agreement  No. 10364