Loading...
SR 04-10-2018 3K City Council Report City Council Meeting: April 10, 2018 Agenda Item: 3.K 1 of 5 To: Mayor and City Council From: Susan Cline, Director, Public Works, Civil Engineering Subject: Award Construction Contract for Pier Hoist & Crane and Catwalk Repair Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2528 to John S. Meek Company, Inc., a California-based company, for the Pier Hoist & Crane and Catwalk Repair Project; 2. Authorize the City Manager to negotiate and execute a contract with John S. Meek Company, Inc., in an amount not to exceed $500,000 (including a 11% contingency); 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. Executive Summary The Pier Hoist & Crane and Catwalk Project would consist of the removal and replacement of the existing Harbor Patrol boat hoist and crane, and the design and construction of a new steel catwalk on the southwest end of the Santa Monica Municipal Pier. These improvements are necessary due to the facilities’ nearing the end of their useful life and to adequately maintain existing Santa Monica Police Department Harbor Patrol operations, facilities, infrastructure and equipment. The hoist and crane are primarily used to lift or lower the Harbor Services Unit’s dinghy boat from or onto the water. The catwalk is used for docking, boarding and disembarking the Santa Monica Police Department Harbor Patrol boat. Staff recommends John S. Meek Company, Inc . to construct these improvements in an amount not to exceed $500,000 (including a n 11% contingency). Background The Pier’s boat hoist and crane and appurtenant catwalk is located on the southwest corner of the Pier and is used by the Pier and Harbor Services Unit of the Santa Monica Police Department (Harbor Patrol) to launch and load their boat. The Harbor Patrol 2 of 5 watches over the seaward area around the Pier and performs sea rescues in the Santa Monica Bay when necessary. The hoist and crane are primarily used to lift or lower the Harbor Services Unit’s dinghy boat from or onto the water as operations require. The catwalk serves as a dock for the Harbor Patrol boat, and also supports Pier maintenance staff with access to areas beneath the Pier. Discussion The boat hoist and crane, and appurtenant catwalk are nearing the end of their useful life and must be removed and replaced with new infrastructure. The boat hoist and crane are experiencing electrical, mechanical and structural issues that limit their functional capabilities. Issues include rusted machinery, electrical malfunctions, and structural deterioration. The steel catwalk has deteriorated, with localized material failure and rusting, and is also in need of removal and replacement. Contractor Selection – Construction On November 6, 2017, the City issued a Notice Inviting Bids for the construction of the Pier Hoist & Crane and Catwalk Project in accordance with City specifications. The bid was posted on the City’s online bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. Twenty-two vendors downloaded the bid, and on December 6, 2017, one bid was received and publicly opened. Engineer’s Estimate: $226,950 The difference between the bid amount and engineer’s estimate is attributable to an underestimation in mobilization for marine work, catwalk design cost, and overall labor for marine construction. The engineer’s estimate was also based on an older crane quotation and excluded costs for demolition and electrical work. Bidder Bid Amount John S. Meek Company, Inc. $448,500 3 of 5 The bid was 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 specifications and scope of work. John S. Meek Company, Inc. has completed many repair projects for the City at the Santa Monica Pier, including wood deck replacements, various concrete repairs, timber and concrete pile repairs, and full section repairs. John S. Meek Company, Inc. has also completed similar Pier projects for the cities of Lon g Beach and Redondo Beach. Staff contacted references listed in the bid package, and all respondents reported that work performed by John S. Meek Company, Inc. was completed within project requirements. Staff also verified with the Contractors State License Board that John S. Meek Company, Inc.’s license is current, active, and in good standing. Based on these criteria, John S. Meek Company, Inc. is recommended as the best bidder for the Pier Hoist & Crane and Catwalk Project. Construction Management Construction management and public outreach for this project would be provided by City staff. Construction management would include inspecting the contractor's work during construction, verifying and documenting field changes and unforeseen conditions, monitoring and mitigating impacts as a result of the construction activities, attending the contractor's safety meetings, attending periodic progress meetings and maintaining all necessary inspection documentation relevant to the work conducted during construction. Public Outreach In March and April 2017, Engineering staff met with the Pier Management staff, Pier businesses, Pier Corporation staff and the Pier Board about upcoming Pier projects that included this project. Staff would reengage to communicate with Pier tenants regarding all pre-construction public outreach while fostering open lines of communication and responding to the day-to-day concerns of the residents, visitors and local businesses. 4 of 5 Environmental Analysis The project is categorically exempt from the provisions of the California Environmental Quality Act (CEQA) pursuant to Section 15301(c) and Section 15302 of the CEQA Guidelines. Class 1 exempt projects include the "operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible or no expansion of use beyond that existing at the time of the lead agency’s determination." Class 2 exempt projects include the “replacement or reconstruction of existing structures and facilities where the new structure would be located on the same site as the structure replaced and would have substantially the same purpose and capacity as the structure replaced.” The project qualifies as a Class 1 and Class 2 project exempt from CEQA. Therefore, this project is categorically exempt from CEQA. Financial Impacts and Budget Actions The contract to be awarded to John S. Meek Company, Inc. is for an amount not to exceed $500,000 (including an 11% contingency). Additional funds in the amount of $10,000 is also needed for administrative and prevailing wage costs. Funds of $100,000 are available in the FY 2017-18 Capital Improvement Program budget in account C309202.589000. Award of the contract requires a budget transfer of $250,000 from account S010300.589000 to account C019202.589000 and appropriation of an additional $160,000 from the Pier fund to account C309202.589000 Prepared By: Delana Gbenekama, Communications and Marketing Coordinator Approved Forwarded to Council 5 of 5 Attachments: A. John S. Meek Oaks Form REFERENCE: Contract No. 10657 (CCS)