Loading...
SR-417-004-01 (9) EPWM:CP:AA:TR:JS F:\DATA\SPFILES\SP1932\cc1932.doc City Council Meeting: March 25, 2003 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Construction Related Contracts for the Seismic Retrofit of Parking Structure 7 with G.B. Cooke, Inc. and Black & Veatch Corporation Introduction This report recommends that the City Council award a construction contract for seismic retrofit of Parking Structure 7, at the southwest corner of Broadway and Fourth Street, to the best bidder, G.B. Cooke, Inc., in an amount not to exceed $3,635,057 and a modification to contract 7861 (CCS) with Black & Veatch Corporation for engineer-of- record services in an amount not to exceed $142,600. It also recommends that the City Council authorize the City Manager to negotiate and execute a contract with Black & Veatch Corporation for construction management services for Parking Structure 7, in an amount not to exceed $557,750. This project will be financed by Federal Emergency Management Agency (FEMA) and Redevelopment funds. Background Parking Structure 7 is adjacent to Santa Monica Place and is one of the newest and largest of the public parking structures. It was constructed in 1979 in accordance with the requirements of the 1976 Uniform Building Code. It is owned by the Redevelopment Agency and leased to the City. Parking Structure 7 has 958 parking spaces. During the past two years, the City has developed a comprehensive parking development strategy. 1 The seismic retrofit of this parking structure is consistent with the recommendations of the study. FEMA has committed to fund a portion of the costs of seismic upgrades of some parking structures over the next two to three years, but the exact term of the commitment is dependent on the results of design investigations now underway. However, recent cost estimates for seismic retrofit of parking structures have shown that actual costs will substantially exceed the funding available from FEMA. Discussion Construction The seismic retrofit of Parking Structure 7 includes drilling and installing new foundation pilings next to the east, south, and west walls of the structure. Work will also include constructing new shear walls on the south side, as well as strengthening the facility at each floor level, and constructing drag elements to transmit lateral forces to existing and new shear walls. The project also includes selected upgrade work to improve compliance with the Americans with Disabilities Act (ADA). A Notice Inviting Bids for seismic retrofit of Parking Structure 7 was published in The Los Angeles Times on January 10 and 11, 2003. The bid documents were sent to six construction journals and five women/minority business associations. Twenty-one contractors and potential subcontractors requested the bid documents. The City Clerk?s 2 office received six sealed bids, which were publicly opened and read aloud on January 28, 2003 by the Deputy City Clerk. The base bid results were as follows: Contractor Amount PERT Construction $1,721,631 EMMA Corporation $2,680,000 G.B. Cooke, Inc. $2,766.197 Sea Pac Engineering $3,100,000 Alfa 26 Construction $3,115,896 SKS Construction $5,637,146 The Engineer?s estimate for the project was $3,015,000 to $3,316,000. Subsequent to bid opening, PERT Construction advised the City that it had made a mistake in preparation of its bid and requested that it be permitted to withdraw its bid from consideration. After review by City staff, it was found to be a legitimate error, resulting in staff granting the bid withdrawal. During review of submitted bids, it was found that there was an arithmetic error of $200,000 in the bid submitted by EMMA Corporation, changing the base bid to $2,880,000. The best bidder, G.B. Cooke, Inc. supplied the City with names of recent similar projects. These projects included work on Santa Monica Community College Parking 3 Structure ?C?, and various seismic retrofit projects for UCLA, Los Angeles County Department of Public Works, and the City of Los Angeles. All contacts reported that the firm?s work was excellent. The State Contractor?s License Board verified that its license and the subcontractors licenses are current and in good standing. Community Impacts Throughout the project planning and design phases, City staff has worked closely with the Macerich Company, owners of Santa Monica Place, to ensure that the seismic retrofit work will be minimally disruptive to their tenants. The project plans and specifications include the following mitigation measures: ? No physical work on Parking Structure 7 may commence prior to completion of all physical work on Parking Structure 8. ? No more than 100 parking spaces may be closed at any time. ? No more than one stairway may be closed at any time. ? Rigid time periods and work hours have been specified in the construction documents. ? Construction in the truck access ramp from Broadway and the truck access ramp from Fourth Street will not be performed at the same time. ? The single public entrance and the two public exits to Broadway, and the public th entrance from 4 Street will remain open at all times during construction. ? Ample signage will be provided within the parking structure and on adjacent streets to facilitate the smooth flow of pedestrian and vehicular traffic into and around the structure. 4 ? A public outreach consultant will be available 24 hours per day, seven days per week to receive inquiries and complaints, as well as to communicate with Santa Monica Place, its tenants, other downtown merchants, pedestrians, and motorists about project activities and schedules. ? A noise and vibration consultant will be available during project work hours to assist in mitigating noise problems, which may arise, particularly when it becomes necessary to do any work at night. Additionally, retrofit work completion is expected prior to Thanksgiving 2003 in consideration of the holiday shopping season. If conditions arise which may delay the on-time completion of the project, the construction contractor will be required to demobilize and clean up the work site by November 1, 2003, and not resume work until January 12, 2004. ADA Compliance Parking Structure 7 is already largely ADA compliant. The following additional work will be carried out as a part of this project: ? Relocating handicapped parking stalls to make them more accessible. ? Upgrading existing elevators, including work on call buttons, inside handrails, operating panels, lighting, car controls, and ADA jam plates. ? ADA upgrade of existing public telephones within the parking structure. ? Installation of interior signage at or near elevators. 5 ? Installation of exterior signage at entrances directing over-height vans (vans that have been modified to accommodate wheel chair lifts) to the nearest parking structure able to accommodate them. The City?s Accessibility Appeals Board suggested the signage as a way to direct the public to parking structures that could accommodate over-height vans. The primary area where the structures will remain non-compliant is the vertical clearance for some vehicular access. A panel of four structural engineers reviewed the ADA vertical clearance requirements and unanimously concluded that they cannot be reasonably met in Parking Structure 7. In addition, the Accessibility Appeals Board on November 20, 2002, ratified a determination that legal/physical constraints create an unreasonable hardship for compliance with or equivalent facilitation for the minimum vertical clearance of 8 feet 2 inches. Engineer-of-Record Services and Construction Management Black & Veatch Corporation designed seismic retrofit work for Parking Structure 7 under agreement number 7861 (CCS). Its continued service as engineer-of-record during construction will be required for the review of requests for design information, design services for unforeseen field conditions, shop drawings and submittal reviews, and the preparation of as-built drawings. In October 2001, the City requested statements of qualifications for construction management services for various construction projects in the City. Five firms submitted 6 qualifications. Of these, Black & Veatch was evaluated as extremely qualified. They have provided high-quality construction management services to the City on the Beach Improvement Group project, the Downtown Transit Mall project, the Moss Avenue Sewage Pumping Station project, the Pacific Coast Highway Sewer project, the Ocean Avenue/Neilson Way Relief Sewer project, and most recently, seismic retrofit of Parking Structure 8. Considering their extensive history in construction management with the City, experience in design of seismic retrofit improvements for Parking Structures 7 and 8, and construction management services for seismic retrofit of Parking Structure 8, staff recommends that a modification of Agreement 7861 (CCS) be negotiated with Black & Veatch for all construction phase engineer-of-record services, and that a new agreement be executed with Black & Veatch for construction management services. On February 26, 2003, Black & Veatch submitted a cost proposal for these services in the amount of $142,000 for engineer-of-record services and $557,750 for construction management services. Budget/Financial Impact Funds Required Construction Contract $3,635,057 Engineer-of-Record Services $ 142,600 Construction Management Services $ 557,750 7 Total Funds Required $4,335,407 Funds Available FEMA E13111000.555010 $ 600,000 REDEVELOPMENT C17062102.589000 $ 3,735,407 TOTAL $4,335,407 Redevelopment Considerations The Redevelopment Agency, as the owner of Parking Structure 7, is authorized by Health and Safety Code Section 33400 to maintain, manage, and repair the structure. A Cooperation Agreement executed between the City and the Redevelopment Agency on April 16, 2002 delegates to the City the Agency?s authority to carry out the seismic retrofit of Parking Structure 7 and provides for the Agency?s funding of those costs that will not be paid for with FEMA funds. A total of $4,335,407 is available from Earthquake Recovery Redevelopment Account C17062102.589000. The City Council and Redevelopment Agency have previously made the appropriate findings as required by Health and Safety Code Section 33445 to use redevelopment funds for the seismic retrofit of Parking Structure 7. Resolutions adopted by the City Council and Redevelopment Agency on March 5, 2002 determined that the use of these 8 funds is of benefit to the Earthquake Recovery Redevelopment Project Area, no other reasonable means of financing the improvements are available, the project will assist in earthquake recovery efforts and eliminate one or more blighted conditions in the Earthquake Recovery Redevelopment Project Area, and the project is consistent with the Agency?s Five-Year Implementation Plan. Recommendations Staff recommends that the City Council: 1. Award a contract for seismic retrofit of Parking Structure 7 to the best bidder, G.B. Cooke, Inc. in an amount not to exceed $3,635,057; 2. Authorize the City Manager to negotiate and execute a Modification to Agreement 7861 (CCS) with Black & Veatch Corporation for engineer-of-record services in an amount not to exceed $142,600; 3. Authorize the City Manager to negotiate and execute a new agreement with Black & Veatch Corporation for construction management services in an amount not to exceed $557,750; and 4. Authorize the City Engineer to issue any necessary change orders to complete additional work within budget authority. Prepared by: Craig Perkins, Director, Environmental and Public Works Management Anthony Antich, P.E., City Engineer F.J. Schroeder, P.E., Disaster Recovery Program Manager Reviewed by: Tina Rodriguez, Redevelopment Administrator 9