Loading...
SR-6K (4) ',,-- UtvJy(}.r;t ,p: (;g 10 c~5 . - 6 K .T \ - , ~ Cev1+Vt{d 1fGg( ( ccs EPWM CP:AA SA [s \sp1654\cc1654a] Santa MOnica, California Council Meeting October 14,1997 OCT f It 1997 .... .... .... TO Mayor and City Council FROM City Staff SUBJECT Award of Construction Contract and Recommendatlon to Authonze the City Manager to Negotiate and Execute a Construction Management Agreement for Parking Structures Nos 1-6 Improvements (Phase II) Introduction This report recommends that the City Council award a construction contract for ParkIng Structure Nos 1-6 Improvements to Alfa 26 Construction Company, the lowest responsible bidder, In the amount of $1,481,126 and authonze the City Manager to negotiate a professional services agreement for construction management serVices, with Construction Management Inspection (CMI). In an amount not to exceed $120,000 Background On June 25. 1996, the City Council awarded a construction contract to Tn-Build Development Corporation (contractor) In the amount of $1.097,000 for vanous Phase I Improvements to Parking Structures Nos 1-6 Tn-Build commenced work on all of the project elements As the result of a number of factors, Including delay and nonperformance by the contractor, the City termmated Its contract with Tn-BUIld on May 8, 1997 The work planned for Phase I Includes remodeling the lobby of Parking Structure No 5 as a demonstration of potential upgrades that could be Implemented In the future In the remaining five (5) parkmg structures, Improving current extenor slgnage and Intenor graphiCS that reflect new attendant parking arrangements, and covering the 1 QT~S stairwells with a coating whIch will allow for frequent cleaning to prevent odor and stains Tn-Build had commenced work on all of the project elements pnor to the CIty terminating Its contract with Tn-BuIld ThiS project Includes completing the work remaining from Phase I as descnbed above as well as performing work that was funded durmg the FY 1997 -98 (Phase II) budget process for waterproofing stau\Tvells, installing floonng In the stairwells, installing protective coating over the new Intenor graphiCS, and completing earthquake damage repairs DIscussion A Notice InvitIng Bids was published on August 13 and 14 In The Outlook, as well as In four construction Journals Bid documents were sent to SIX women/mlnorrty business enterpnse associations (WMBE) Bid packages were requested by ten contractors The City Clerk's Office received five sealed bids at the prescnbed time The bids were publicly opened and read aloud on August 26, 1997 The bid results were as follows 1 Alfa 26 Construction Company $ 1 .481,126 2 M S Construction Company $ 1,608,909 3 Moment Construction $ 1,631,949 4 Spilat Construction Company $ 1,658,096 5 FTR International Inc $ 2,818,210 CIty Engineer's EstImate $ 1.350,000 2 Alfa 26 Construction Company, the lowest responsible bidder has supplied the City wIth several references, all of whIch venfled that the contractor's work was satisfactory The State Contractors' License Board verified that the Contractor's LIcense IS current, actIve. and In good standIng City Council previously authorized the City Manager to negotiate a professional services agreement wIth CMI Engineering InspectIon to manage the construction of the Phase I ParkIng Structure Improvements A new agreement WIll extend CMI's servIces to manage the construction dUring Phase II Budget\Flnanclallmpact Funds Required Contract $ 1 ,481 , 126 Contingencies $ 158,874 ConstructIon Management $ 120,000 TOTAL $ 1,760,000 3 Funds are available In the following CIP accounts Contract Project CIP Account Name and Number Amount Contingency Total Third St Mall Improvements 01-720-263-20094-8900-99044 $240,000 $30,840 $270,840 Parking Structure Graphics Program 01-770-441-20096-8900-99054 $220,895 $17,811 $238,706 Parking Structure Upgrades 01-770-263-20098-8900-99716 $838,000 $80,000 $918,000 P S #1 (EO Repair) 13-500-401-35340-5501-13005 $41,950 $4,195 $46,145 P S #2 (EO Repair) 13-500-401-35345-5501-13005 $80,170 $8,017 $88,187 P S #3 (EQ Repair) 13-500-401-35350-5501-13005 $29,850 $2,985 $32,835 P S #4 (EO Repair) 13-500-401-35355-5501-13005 $39,160 $3,916 $43,076 P S #5 (EO RepaIr) 13-500-401-35360-5501-13005 $94,120 $9,412 $103,532 P S #6 (EQ Repair) 13-500-401-35365-5501-13005 $16,981 $1,698 $18,679 TOTAL $1,601.126 $158,874 $1,760,000 Recommendation Staff recommends that the City Council 1 Award a contract for constructing Improvements to Parking Structures Nos 1-6 to Alfa 26 Construction Company, the lowest responsible bidder, In the amount of $1 ,481 , 126 4 - 2 Authorize the City Manager to negotiate and execute a professional services contract wIth CMI Engineering Inspection to management the construction of the parking structure Improvements, In an amount not to exceed $120,000 3 Authorize the City Engineer to Issue any necessary change orders to complete addItional work In conformance with the Admlnrstratlve Instructions on change orders Prepared by CraIg Perkins, Director of EnvIronmental and PublIc Works Management Department Jeff Mathieu, Director of Resource Management Anthony Antlch, P E , CIty Engineer 5