Long Beach, CA
File #: 09-0738    Version: 1 Name: PW - Atherton Storm Drain
Type: Contract Status: CCIS
File created: 7/6/2009 In control: City Council
On agenda: 7/21/2009 Final action: 7/21/2009
Title: Recommendation to adopt Plans and Specifications No. R-6739 for the Atherton Storm Drain between McNab Avenue and Hackett Avenue; and authorize City Manager to award the contract to Sully-Miller Contracting Co., in an estimated amount of $1,173,477, plus a 25 percent contingency amount of $293,369. (District 4)
Sponsors: Public Works
Indexes: Contracts
Attachments: 1. 072109-R-26sr&att.pdf
Related files: 31280_000, 08-0129
TITLE
Recommendation to adopt Plans and Specifications No. R-6739 for the Atherton Storm Drain between McNab Avenue and Hackett Avenue; and authorize City Manager to award the contract to Sully-Miller Contracting Co., in an estimated amount of $1,173,477, plus a 25 percent contingency amount of $293,369.  (District 4)
 
DISCUSSION
The existing concrete trapezoidal open channel along Atherton Street between McNab Avenue and Hackett Avenue was originally constructed in the 1950's in conjunction with the adjacent housing tract. Since that time, with the development of the university across the street, as well as other projects in the area, Atherton Street has seen an increase in pedestrian and vehicular activity that has led to multiple accidents along Atherton Street involving vehicles driving into the channel. As a result, the residents in the area requested to have the open channel replaced with underground pipes.  Through efforts by the residents and various elected representatives, federal funding was obtained to convert the open channel into a landscaped median with the storm flows to be redirected to underground pipes.
 
The first phase of this project between Hackett Avenue and Knoxville Avenue was recently completed. This contract will complete the conversion of the remaining open channel from Hackett Avenue to McNab Avenue.
 
City Council's adoption of the plans and specifications and award of the contract to the lowest responsible bidder are being recommended concurrently in order to expedite implementation of this project. The project was advertised for bid on May 4, 2009, and bids were opened on June 3, 2009. Information regarding the Sully-Miller Contracting Co. is provided on the attached contract awards document.
 
This matter was reviewed by Deputy City Attorney Linda Trang on June 30, 2009, and by Budget and Performance Management Bureau Manager David Wodynski on July 1, 2009.
 
SUSTAINABILITY
 
The project includes the replacement of an impervious open channel with a pervious landscaped median to reduce storm water run-off. In addition, the proposed landscaping is comprised of drought tolerant plant material that will minimize the need for irrigation and require less maintenance than a standard turf median.
 
TIMING CONSIDERATIONS
City Council action on this matter is requested on July 21, 2009 to authorize commencement of this Public Works project. Construction is projected to begin in September 2009 and should take approximately 100 working days.
 
FISCAL IMPACT
The contract award is for an estimated amount of $1,173,477 plus a 25 percent contingency amount of $293,369, if necessary. Sufficient funds to cover the contract are budgeted in the Transportation Fund (SR 182) and Gas Tax Street Improvement Project Grant Fund (SR 181) in the Department of Public Work (PW). The funding source is $1,079,880 in federal funds (SAFETEA-LU) with $386,966 in Proposition C matching funds.
 
SUGGESTED ACTION
Approve recommendation.
 
Respectfully Submitted,
 
MICHAEL P. CONWAY
DIRECTOR OF PUBLIC WORKS
 
NAME
APPROVED:
TITLE
 
 
                                                  
 
PATRICK H. WEST
 
CITY MANAGER