Loading...
SR-6-D (46) '1 Ccr--ccz. 6-J) i' ' ":90 GS:SES:DB:DA:sm ......- . . ~ council Meeting: October 23, 1990 Santa Monica, California To: Mayor and City Council From: City staff Subject: Recommendation to Award a Construction Contract for the Remodeling and Renovation of a Portion of the Second Floor at City Hall INTRODUCTION: This report requests that the city Council award a construction contract to remodel and renovate a portion of the second floor of City Hall to Noel Tomberlin General Contractor, the lowest responsible bidder, in the amount of $179,350.00. BACKGROUND The city council approved funds for facility improvements in the 1989-90 City Hall Capital Improvement Program. Plans and specifications were prepared by the City Engineer's Office and Enact Company, a mechanical and electrical engineering consultant. Improvements include demolition of existing walls, floor finishes, suspended ceiling, heating, air conditioning, and lighting. New construction includes new office partitions, new suspended ceiling and light fixtures, wall and floor finishes, new heating and air conditioning and a disabled person's lift. The proposed improvement to the former Finance Department space is for needed office space for the Planning, Housing, Community and Neighborhood Services, and Economic Development Divisions. A Notice Inviting Bids was published August 5 and 6, 1990 in the Outlook and in five construction journals. The notice was also - 1 - fa *1) oJ ..? . .SSO --- sent to nine minority business associations. Plans and specifications were issued to twelve general contractors. Bids were opened and read publicly on September 17, 1990 by the city Clerk. Seven bids were received as follows: Noel Tomberlin General contractors $ l79,350.00 Progressive Construction Inc. 295,000.00 Wang Milestone Construction 307,300.00 CWR Corporation 327,000.00 Southwest Building Club 334,000.00 Behasz Inc. 348,700.00 MS Construction 418,000.00 City Engineers Estimate 319,000.00 Initially, staff was concerned with the margin between the lowest bidder and the second low bidder ($115,650 or approximately 35%). Staff met with Noel TOmberlin and his subcontractors and conducted a detailed analysis of the bid. Engineering staff has determined that the bid is responsible, does not contain any errors, and covers the full scope of the contract documents. Mr. Tomberlin has also confirmed that all labor rates are based on the Prevailing Wage Rate Table pUblished as part of the California state Labor Code. Staff has checked the references provided by Noel Tomberlin General Contractor, the low bidder, and found their work to be satisfactory. This contractor has done previous contracts for the city. - 2 - BUDGET AND FINANCIAL IMPACT Funds Required Contract $ 179,350.00 Contingencies 44,650.00 $ 224,000.00 Funds in the amount of $224,000 are available in elP Account No. 01-710-451-20091-8900-99333. RECOMMENDATIONS It is recommended that the City council: 1. Award a construction contract to the low bidder, Noel Tomberlin, General Contractor, in the amount of $179,350.00; and 2. Authorize the City Engineer to issue any necessary change orders and complete additional work in conformance with the Administrative Instruction on Change Orders. Prepared by: Stanley E. Scholl, Director of General Services Dave Britton, Acting city Engineer Douglas J. Allen, AlA, Architect sr2ndflr - 3 -