Loading...
SR 04-25-2017 3D Ci ty Council Report City Council Meeting : April 25, 2017 Agenda Item: 3.D 1 of 7 To: Mayor and City Council From: Susan Cline, Director , Public Works, Civil Engineering Subject: Award Construction Contract for Pier Electrical Upgrade Project Recommended Action Staff recommends that the City Council: 1. Award Bid #2347 to Metro Buil ders and Engineers Group, Ltd., a California - based company, for the Pier Electrical Upgrade Project; 2. Authorize the City Manager to negotiate and execute a contract with Metro Builders and Engineers Group, Ltd., in an amount not to exceed $1,217,515 (in cluding a 15% contingency); 3. Award Bid #1982 to Caltrop Corporation, a California -based company, for construction management and inspection services for the Pier Electrical Upgrade Project; 4. Authorize the City Manager to negotiate and execute an agre ement with Caltrop Corporation, a California -based company, in an amount not to exceed $324,820 (including a 10% contingency); 5. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract autho rity. Executive Summary The Santa Monica Pier is the most visited location by local, regional and international tourist s in the City. The Pier businesses are reliant on the continuous and safe power service to serve the visitors. The electrical switchgear equipment and enclosure at the central portion of the Pier have been corroded by the marine environment and have reached t he end of their service li v e s. The Pier Electrical Upgrade project would replace and upgrade the City -owned equipment at the central area of the P ier , thus enhanc ing reliability and security of the electrical services on the P ier and allow ing future expansion of the electrical services at the central a rea. Staff recommends Metro Builders and Engineers Group, Ltd. for the construction of the p roject in an amount not to exceed $1,217,5 1 5 (including a 15% contingency). Staff recommends Caltrop Corporation to provide construction management and inspection services in an amount not to exceed $324 ,820 (including a 10% contingency). Background The City as the property owner of the Santa Monica Pier is responsible to provide the 2 of 7 electrical service and equipment at the service connection s to the Santa Monica Pier tenants. At the central a rea of the Pier , the electrical enclosure houses the switc hgear , electrical panels and the high voltage transformers. The switchgear and electrical panels are owned and maintained by the City. The high voltage transformers are owned and maintained by Southern California Edison (SCE). The City owned electrical eq uipment , the switchgear and electrical panels have been in service for approximately 20 years. They are severely corroded by the marine environment . Last year, City s taff temporarily seal ed parts of the equipment to prevent water intrusion. F ailure of the corroded switchgear could potentially cause power loss and could be a potential fire hazard . Full replacement of the City owned equipment is recommended. SCE’s equipment is not required to be replaced or upgraded. Discussion The project would replace a nd upgrade the City owned electrical switchgear and 3 of 7 electrical panels which are deteriorated due to the corrosive marine environment at the Pier central area. The project would ensure the continuity of safe and reliable power service to the P ier . In additi on, the project would allow future expansion of the electrical services at the central area. The scope of the project includes the installation of new switchgear, electrical panels, conduits , and wiring; and the relocation of an existing generator to maint ain the required working clearance around the electrical equipment. The new equipment to be installed would be durable and made for use in marine environments. During the project occasional shut -downs and switchovers at the central area would occur overnig ht during non -business hours. The project would not impact the regular business operations of the P ier tenants. Construction is expected to occur between December 2017 and June 2018 . Public Outreach Engineering s taff met with the Pier Management staff , P ier businesses, Pier Corporation staff , and the Pier Board about upcoming P ier projects during March and April 2017. At these public outreach meetings, staff presented preconstruction activities, project team roles, preliminary schedules and preliminary co st estimates for the upcoming project . Staff and public outreach consultant will continue to communicate with P ier tenants regarding all pre -construction public outreach while foster ing open lines of communication and respond ing to the day to day concerns of the community, visitors, and local businesses. Public outreach during construction of this project would be provided by the City’s construction management and communications consultant (CALTROP) and supplemented by City staff. The consultant would be responsible for preparing and implementing a public information plan for this project and three other upcoming Pier projects . The projects include: Pier Lighting Upgrades, Pier Deck Replacement and Pier Railing Improvement’s. During construction, the con struction management team would foster open lines of communication to receive feedback from the public and disseminate project information, ensuring constant outr each to the public, Pier tenants, and other stakeholders. 4 of 7 Contractor Selection On February 2 1, 2017, the City published a Notice Inviting Bids (SP2347) for construction services of Santa Monica Pier Electrical Upgrade Project. The bid was posted on the City’s on -line bidding site, and the notice was published in the Santa Monica Daily Press in ac cordance with City Charter and Municipal Code provisions. A total of 108 vendors downloaded the bid . Thirteen contractors attended the pre -bid meeting on March 2, 2017 . Seven bids were received and publicly opened on March 15, 2017. Bid results are as foll ows: Bidder Bid Amount Metro Builders and Engineers Group , Ltd. $1,058,709 Minako America Corporation $1,202,900 The Ryan Company $1,205,237 Leed Electric, Inc. $1,326,741 Belco Elecnor Group $1,514,575 High Light Electric $1,781,888 Engineer’s Est imate $1,500,000 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. The lowest bidder , Metro Builders and Engineer s Group , has recently completed complex utility infrastructure and electrical upgrade projects for the City of Los Angeles, Southern California Regional Rail Authority and Los Angeles County Sanitation District. Metro Builders and Engineers Group holds an A general engineering contractor license as well as a specialty contractor license C -10 , which is required by the State to perform el ectrical trade work. Staff contacted references listed in the bid package and all respondents reported that work performed by Metro Builders and Engineers Group, Ltd. was completed in a timely and cost -efficient manner while maintaining consistent quality. Staff also verified with the Contractors State License Board that Metro Builders and Engineer s Group, Ltd. and its subcontractors’ licenses are current, active, and in good standing. Based on these 5 of 7 criteria, Metro Builders and Engineers Group, Ltd., the lowest bidder, is recommended as the best bidder for construction services for the project. Co nsultant Selection - Construction Management On September 22, 2015 , the City issued Request for Qualifications (RFQ) for construction management and inspection services for upcoming construction projects on the City’s online bidding website. A total of 1,6 74 vendors were notified and 124 vendors downloaded the RFQ. The City received twenty -five proposals. Responses to the RFQ were reviewed by a selection panel of staff from the Public Works Department. The evaluation was based on the selection criteria se t forth in SMMC Section 2.24.0 73, with a specific review of the following: technical competence, staffing capability, project approach, past performance, dispute resolution, quality control, cost control, management services, customer service, and the abil ity to meet required time frames. The top five firms were placed on a pre -qualified list of construction management firms in the Parking Lots, Parking Structures, and Piers categories. The list includes Caltrop Corporation, Civil Source, Hill Internationa l, Psomas, and Swinerton Management & Consulting. The firms were invited to participate in the Request for Proposal (RFP) phase posted in December 2016. Based on the selection criteria set forth in SMMC 2.24.073, Caltrop is recommended as the best qualif ied firm to provide construction management and inspection services based on its qualifications , cost of services and its directly related experience in providing construction management services on the California Incline project for the City of Santa Moni ca and on complex utility infrastructure and electrical upgrade projects for municipal agencies. Caltrop has extensive knowledge and experience on numerous construction projects involving replacing and verifying new electrical installations. Services pro vided by Caltrop, would include construction management services, 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 a ctivities, attendance of contractor’s safety meeting, attendance of 6 of 7 periodic progress meetings, recordkeeping of all necessary inspection documentation relevant to the work performed during construction, and public outreach. Caltrop’s scope of work include s electrical testing at the Moss Avenue Pump Station. Financial Impacts and Budget Actions The construction contract to be awarded to Metro Builders and Engineers Group, Ltd. i s for an amount not to exceed $1,217,515 (including a 15% contingency). Funds are available in the FY 2016 -17 Capital Improvement Program budget in account C019103 .589000. The construction management agreement to be awarded to Caltrop Corporation is for an amount not to exceed $324,820 (including 10% contingency). Funds are availab le in the FY 2016 -17 Capital Improvement Program budget . The contract will be charged to the following accounts: Account Number Account Name Amount C019103 .589000 Pier Electrical Upgrades $217,172 C309103.589000 Pier Switchgear $87,223 C31077 4.589000 MAPS CIP Account $20,425 Total $324,820 Prepared By: Selim Eren, Civil Engineer Approved Forwarded to Council 7 of 7 Attachments: A. Metro Builders & Engineers Group - Oaks Form Reference:       Contract  No. 10453   (CCS)                  Reference:       Contract  No. 10453   (CCS)