Loading...
SR-1000-009 EPWM: CP: AA: DB: SL: SP1609:CC1609 -6.doc Council Meeting: August 14, 2001 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award of Contract for the Santa Monica Big Blue Bus Natural Gas Fueling, Coin Collection Room and Bus Wash Facility Introduction This report recommends that the City Council award a contract to Mallcraft Inc., the best bidder, in the amount of $11,094,979 for the construction of the Santa Monica Big Blue Bus natural gas fueling, coin collection room and bus wash facility and approve $1,605,021 in contingency funds for this contract. Background The Santa Monica Big Blue Bus (BBB) is in the process of implementing the Transportation Services Improvement Plan, which includes expanding and improving Deleted: expects the transit services within the service area. The BBB fleet will grow from 155 to 200 buses Deleted: to Deleted: 2 over the next two to five years through expanded service. The bus fleet and support Deleted: 5 Deleted: BBB is converting its vehicles are transitioning to alternative fuels, such as Liquefied Natural Gas (LNG), Compressed Natural Gas (CNG) and electric operation. The first phase of implementation of the BBB Master Plan calls for construction of a natural gas fueling, coin collection and wash facility (LNG for buses and CNG for other fleet vehicles). 1 On February 27, 2001, the City Council approved phase I through IV of the Santa Monica Deleted: Report phases I through IV, Big Blue Bus Expansion Master Plan and the Big Blue Bus Expansion Master Plan Final Environmental Impact Report. Discussion A Notice Inviting Bids for the construction of the Santa Monica Big Blue Bus natural gas fueling, coin collection room and wash facility was published in the Los Angeles Times Westside Weekly on June 15, and 17, 2001. Bid documents were sent to 12 women/minority business enterprise (WMBE) associations. Bid packages were requested Deleted: 4 by 28 contractors. The City Clerk’s office received four sealed bids, which were publicly opened and read aloud on July 31, 2001, by the deputy City Clerk. The Bid results were as follows: CONTRACTOR AMOUNT DJM Construction Company, Inc. $10,367,000 Mallcraft, Inc. $11,094,979 Emma Corporation $12,037,000 Swinerton Builders $12,115,000 City Engineer’s Estimate $11,500,000 Deleted: The City received two bids which were below the Engineer’s The bid of the lowest monetary bidder, DJM Construction Company, was non-responsive Estimate. Deleted: ’s and incomplete. Deleted: bid 2 Deleted: First, i In the Bidder’s Qualification Statement, DJM failed to answer the following questions: Question No. 3 regarding the naming of the person holding the California ? Contractor’s License. Question No. 4 regarding how many years they have been in business under their ? present firm name and under what other names their business operated in the past. This assists the City in checking references and verifying labor compliance on previous projects. Question No. 17 requesting a list of major equipment to be used on the project. This ? assists the City in determining the contractor’s ability to perform the work and whether there will be any delays due to equipment unavailability. Question No. 20B requesting a list of those company staff with design-build ? capabilities. Question No. 22 regarding their familiarity with Spectech Technical Specifications ? and the Standard Specifications for Public Works Construction. These elements are a major component of the bid documents for this project. In addition, DJM failed to submit signed copies of the four addendums to the project ? documents. Deleted: Second, t The projects DJM listed in its bid were not comparable. The five projects that DJM listed in Deleted: An inquiry to the State Contractor’s License Board shows that DJM Construction Company, Inc. dba their bid as comparable average $ 4.6 million. A list of 42 projects that they submitted as a TC Construction Services has held a California contractor’s license since 1990. compilation showing their work experience totals $97 million, but averages only $2.3 Deleted: client agency million per project. Also, of the 42 projects, 28, or 67% were to one organization indicating 3 Deleted: multiple a lack of experience in working with other jurisdictions. An inquiry to the State Contractor’s License Board shows that DJM Construction Company, Inc. dba TC Construction Services has held a California contractor’s license since 1990. Section 2.24.072 of the Santa Monica Municipal Code, as amended by Ordinance Number 1998 (CCS), sets forth the criteria under which staff may determine the best bidder as: 1. Price; 2. The quality of the material or services offered; 3. The ability, capacity or skill of the bidder to perform the contract or provide the material or services; 4. The capacity of the bidder to perform the contract or provide the service promptly, within the time specified, and without delay or interference; 5. The sufficiency of the bidder’s financial resources; 6. The character, integrity, reputation, judgment, training, experience and efficiency of the bidder; 7. The ability of the bidder to provide such future maintenance or service as may be needed; and 8. Any other factor which will further the intent set forth in Section 608 of the City Charter. 4 After considerable investigation and analysis, staff and the City’s program manager Deleted: s consultant for the project find that the second lowest monetary bidder, Mallcraft, Inc., qualifies as the best bidder. The reasons for recommending selection of Mallcraft are as follows: 1. Mallcraft, Inc.’s bid is complete and responsive, satisfying the requirements of the Contract Documents. 2. Mallcraft’s list of five comparable projects, compared to DJM, averages $7.9 Deleted: Their million. Its comprehensive list of projects dates to 1966, (as opposed to DJM Deleted: ir which only dates to 1990) the year the company was founded and totals $384 million, averaging out at $4.5 million per project. Mallcraft, Inc., supplied the City with the names of similar projects which included Reconstruction of the Engineering Building for Cal State Northridge; Orange County Transportation Management Center; Ontario Airport Ground Transportation Center; Corporation Yard and Administrative Services Renovation at Cal State San Bernardino, and the New Student Center at Glendale Community College. Deleted: In addition, Deleted: that Deleted: constructed 3. Mallcraft was the prime contractor for construction of the BBB Facility in 1985, Deleted: Renovations which included the Administration Building and Parking Garage, an addition to Deleted: Deleted: the Maintenance Facility and miscellaneous site improvements. Its familiarity with Deleted: This is important due to their Deleted: construction of the BBB operations, maintenance and existing facilities will be useful in ensuring Deleted: . Their knowledge of the site and operations will better Deleted: e 5 Deleted: and quickly. that the project will be completed efficiently. 4. Mallcraft has also demonstrated its ability to provide ongoing maintenance. Deleted: prior BBB experience also is indicative of their ability to provide Mallcraft’s responsiveness to issues relating to warranty matters and future maintenance. Their maintenance of the facilities since 1985 has been timely and complete which will Deleted: ing assist the City as it seeks to keep the BBB facility operating smoothly. 5. Mallcraft has superior ability, capability and skill to perform the job and superior Deleted: Mallcraft has superior ability, capability and skill to perform the job capacity to perform it without delay or interference. Agencies contacted reported and superior capacity to perform it promptly without delay or interference. that the quality of Mallcraft’s work was excellent and it performed this work in a Deleted: their Deleted: they timely and cost efficient manner. In several cases, Mallcraft was hired to come in and “take over” projects where another contractor had failed to complete the Deleted: They work. It performed this difficult task professionally and efficiently, to the satisfaction of the client agency. 6. The California State Contractors' License Board verified that Mallcrafts license is = current, active and in good standing. Staff also contacted the Center for Contract Compliance and found that Mallcraft is capable of handling labor compliance issues in accordance with State law and City ordinances. All of this translates into greater assurance that the project will be completed on-time, within budget and with the necessary skill. This is important to ensure that the 6 plant is completed by August 2002 and available for fueling new LNG buses currently on order. Deleted: This is important to ensure that the plant is completed as scheduled and available for fueling the new LNG buses currently on order. ¶ CH2M HILL, hired on March 28, 2000 under separate contract, will be performing Deleted: previously construction management services on this project. Budget/Financial Impact FUNDS REQUIRED: Construction Contract: $11,094,979 Contingency: $ 1,605,021 PROJECT TOTAL $12,700,000 FUNDS AVAILABLE: Funds in the amount of $12,700,000 are available in account C41010401. 589000 “Big Blue Bus Facility Improvements.” Recommendation Staff recommends that the City Council: 1. Award a contract for the construction of the BBB natural gas fueling, coin counting room and bus wash facility to Mallcraft, Inc., the best bidder, in the amount of $11,094,979 and approve $1,605,021 in contingency funds for this contract; and 7 2. Authorize the City Engineer to issue any necessary change orders to complete additional work in conformance with the Administrative Instruction on change orders and within budget authority. Prepared by: Craig Perkins, Director of Environmental and Public Works Management Anthony Antich, P.E., City Engineer John Catoe, Director of Transit Service Janeene de Martinez, Assist. Dir.Transit and Business Services Deleted: B Roy Neva, Transit Construction Manager Dave Britton, P.E., Sr. Civil Engineer Spiros A. Lazaris, P.E., Project Manager 8