Manhattan Beach Logo
File #: 17-0505    Version: 1
Type: Consent - Staff Report Status: Agenda Ready
In control: City Council Regular Meeting
On agenda: 12/19/2017 Final action:
Title: Resolutions Awarding a Construction Contract to Clark Contracting Corporation for the Cycle 1 Storm Drain Improvements Project for $477,018 and Approving a Professional Services Agreement with SA Associates, Inc. for Inspection Services for the Cycle 1 Storm Drain Improvements Project for $55,000 (Public Works Director Katsouleas). ADOPT RESOLUTION NOS. 17-0138 AND 17-0167
Attachments: 1. Resolution No. 17-0138, 2. Location Map, 3. Contractor’s Bid Proposal and Agreement, 4. Plans and Specifications (Web-Link Provided), 5. Resolution No. 17-0167, 6. Professional Services Agreement for SA Associates, Inc.

TO:

Honorable Mayor and Members of the City Council

 

THROUGH:

Mark Danaj, City Manager

 

FROM:

Stephanie Katsouleas, Director of Public Works

Prem Kumar, City Engineer

                     

SUBJECT:Title

Resolutions Awarding a Construction Contract to Clark Contracting Corporation for the Cycle 1 Storm Drain Improvements Project for $477,018 and Approving a Professional Services Agreement with SA Associates, Inc. for Inspection Services for the Cycle 1 Storm Drain Improvements Project for $55,000 (Public Works Director Katsouleas).

ADOPT RESOLUTION NOS. 17-0138 AND 17-0167

Line

_________________________________________________________

Recommended Action

RECOMMENDATION:

Staff recommends that City Council:

 

1.                     Authorize the City Manager to execute a contract for $477,018 with Clark Contracting Corp. for the Cycle 1 Storm Drain Improvements Project (Attachments 1 and 3);

2.                     Authorize the City Manager to approve any unforeseen additional work for up to $47,700 (10% of contract);

3.                     Approve the plans and specifications for the Cycle 1 Storm Drain Improvements Project (Attachment 4: Web-link provided); and

4.                     Authorize the City Manager to execute a professional services agreement with SA Associates, Inc. for Inspection Services for the Cycle 1 Storm Drain Improvements Project for $55,000 (Attachment 5 & 6).

 

FISCAL IMPLICATIONS:

$579,718 is available in the adopted Capital Improvement Program (CIP) budget for the Cycle 1 Storm Drain Improvements. 

 

BACKGROUND:

The City operates and maintains an extensive storm water conveyance system, including approximately 21 miles of storm drain pipelines. To evaluate the condition of the storm drain system, staff references the Storm Drain Condition Assessment Plan, which provides data such as age, pipe condition, capacity demands, and maintenance needs. The Plan also establishes the highest priority deficiencies for repair or replacement. 

 

For this project, portions of the system selected for replacement include those that show the most severe structural problems and multiple deficiencies such as fractures, cracks, roots, obstructions, sags, and severe operations and maintenance issues. Repair of the observed structural deficiencies will eliminate potential for erosion and/or storm drain backup, which minimizes potential for ponding and overflow onto private property. 

 

The Cycle 1 Storm Drain Improvements Project consists of excavation, installation of reinforced concrete pipe (RCP), manholes, and asphalt concrete repairs to existing public improvements and all appurtenant work as shown on the plans and delineated in the specificationsThe Project includes over 750 linear feet of reinforced concrete pipe mainline spot repairs at the following nine (9) project street locations in the City as shown on Attachment 3:

 

1.                     Bell Avenue and 36th Street

2.                     Pine Avenue and Valley Drive

3.                     Poinsettia Ave and Marine Ave

4.                     John Avenue and Marine Ave.

5.                     36th Street and Blanche Avenue

6.                     31st Street and Walnut Street

7.                     19th Street and Elm Avenue

8.                     18th Street and Pacific Avenue

9.                     14th Street and Elm Avenue.


DISCUSSION:

 

Construction

The Cycle 1 Storm Drain Improvements Project was advertised for bids in the Beach Reporter, the City’s publisher of record, and several standard construction industry publications, including the Dodge Green Sheet, Reed Construction Data, Associated General Contractors of America, as well as the City’s website.  Five (5) bids were received and opened on September 28, 2017.  The bid results are as follows:

 

Contractor                     Base Bid Amount                                                                                                         

Clarke Contracting Corp (Lawndale, CA)                      $477,018.00

GRFCO, Inc. (Brea, CA)                                          $502,563.00

Ramona, Inc. (Arcadia, CA)                                          $588,445.00

Wright Construction Engineering Corp (San Marcos, CA)                      $605,866.48

GRBCON, Inc. (Baldwin Park, CA)                     $788,743.00

 

Staff reviewed Clark Contracting Corporation’s contractor’s license and found it to be in order. Additionally, references indicate that Clark Contracting Corporation has the knowledge and capability to complete the work in a timely and acceptable manner.

 

Staff also recommends that the City Manager be authorized to approve change orders for up to $47,700 (up to 10% of contract cost) for additional work resulting from unforeseen conditions. The work is estimated to be completed in approximately three months.

 

Inspection Services

During the engineering design phase of the project, Public Works Department issued a Request for Proposals No.1121-17 on April 18, 2017 for inspection services for the project. A total of thirteen (13) proposals were received by May 10, 2017. Proposals were evaluated and ranked by an evaluation committee of City staff according to the following selection criteria:

 

                     Demonstrated understanding of the scope of services

                     Key personnel qualifications and experience with similar projects

                     Project management methods and quality control/assurance

 

Based on the selection criteria, SA Associates, Inc. provided a very responsive proposal. The assigned staff has excellent experience on similar projects, identified and understands the key project issues, and proposed an appropriate level of staffing for the size and complexity of the project. The scope of work and methodology was clearly outlined to complete the project in a timely manner. Additionally, because SA Associates will already be providing inspection services for the Cycle 1 Sewer project, which will be under construction at the same time, staff was able to realize additional savings for storm drain inspection services by using the same company. The cost for Inspection Services for the Cycle 1 Storm Drain Improvements Project is $55,000.

 

POLICY ALTERNATIVES:
Not Applicable.

 

PUBLIC OUTREACH/INTEREST:

Staff will distribute preliminary construction notices to area residents, and will maintain regular communication with the property owners to keep them abreast of the project schedule and impacts during construction.


ENVIRONMENTAL REVIEW:

The proposed project is exempt from the provisions of the California Environmental Quality Act (CEQA). Per the CEQA Guidelines, the project is exempt pursuant to the following provision: Section 15304 (e), “Minor Alterations to Land”. No permanent environmental effects are anticipated thus, no further environmental review is necessary


LEGAL REVIEW:
The City Attorney has approved the proposed construction contract and Professional Services Agreement as to form.

 

Attachments:

1.  Resolution No. 17-0138

2.  Location Map

3.  Contractor’s Bid Proposal and Agreement

4.  Plans and Specifications (Web-Link Provided)

5.  Resolution No. 17-0167

6.  Professional Services Agreement for SA Associates, Inc.