SR-1000-002-07~~ _ . .
~ ~,tY of Ci~y Counc~l Report
Santa Monica"
City Council Meeting: February 27, 2007
Agenda Item: -~- ~
To: Mayar and City Council
From: Craig Perkins, Director - Environmental and Public Works Management
Subject: Cor~struction Car~tract for Big Blue Bus Transit ~tore and Customer
Service Center
Recommended Action
It is recommended that the City Council:
1. award a constructian contract to T.~.D. Construction, Inc., the bes# bidder, in the
amoun# of $597,000 plus a 1p°la contingency reserve for a total amount not to
exceed $656,7Q{I for the Big Blue Bus Transit Store Project; and
2. authorize the City Engineer to issue any necessary change orders to camplete
additional work within buciget authority.
Executive Summary
The Big Blue Bus {BBB} Transit Store is a Federally Funded project far constructian of a
c~astomer service center and retail stare that sells rnerchandise and provides services
related to the Big B1ue Bus operatian. The new BBB Transit Store will be located at 223
Broadway, which is centralfy lacated in a pedestrian area within walking distance of a
majority of transit lines. The design shawcases public transit and includes an
aesthetically pleasing storefront with phatovoltaic solar panels that generates power for
signage lighting. The coCors, custom sheet metal shapes, and signage identify the
1
storefront with Big Blue Bus imagery. The interior will house displays with BBB
merchandise and a point of sale and inforrnation public counter. Items to be sold
include ~ittle Blue Cards, EZPasses, tokens, and other merchandise related to #he Big
Blue Bus, as well as providing senior and disabled passes, #rip informatian, lost and
found, maps, schedules and the primary customer call center. Staff recommends that
the construction cantract be awarded to T.L.Q. Construction, Inc., the best bidder, in the
amount of $597,000 plus a 1l)% contingency reserve for a total amount not to exceed
$fi56,700.
Qiscussion
Far several years, the Big Blue Bus has been seeking a central and more accessible
location for its customer service functions. This spot was deemed to be an excel[ent
location as i~ has a great deal af foot traffic and is located on the Transit Mall in front of
one of the busiest bus stops in the sys#em,
The store has beerr designed to increase the public°s awarer~ess af public transit,
strengthen the BgB brand and its services. CJther cities across the country have had
great success with s~milar customer service environments as it draws in customers and
potential new riders. The Transit Stare is also a component of the new cammunity
transit services designed to attract more residents of Santa Monica to public transit.
On March 30, 20Q6, the City hired W3 Architects to design the BBB Transit Store
Project. The design was developed with City staff from various departmer~ts including
2
Big B1ue Bus and the Civil Engineering and Architecture Division. The design was
created to be sustainable, featuring a variety of environmentally saund products and
materials, solar panels and extensive use of natural light and ventilation. The design
has been approved by the Architectural Review Board (ARB) as well as the Gity's
division of Building and Safety.
Contrac#or Selection
Notice Inviting Bids were published in the Santa Monica Daily Press and the Los
Anqeles Times on Thursday Clecember 7, 20QC, and Friday December 8, 2006. Five
contractors requested bid packages, 4 companies afitended the pre-bid job walk, and 3
sealed bids were received by the City Clerk's office and publicly apened an January 4,
2007, by the Deputy City Clerk
J Evans Canstruction
T.L.D. Construction Inc.
The bid results were as follows:
$592,000
$597,000
General Consolidated Gons#ructors, Inc. $619,950
Bids were evaluated on competitive pricing, ur~derstand~ng of the project's scope, direct
experience on similar projects, approach to the work, technical competence,
qualificatians af the proposed staff ar~d the ability to meet the required time frames.
Other criteria considered for cantractor selectian included consistent accuracy in
bidding, volume af projects that involve custom interior finishes, and exceptionally
pasitive reference responses. The bid documents required documentatian of at least
three projects similar in nature to the Transifi Store. Analysis of the bids revealed that
3
one of the bidders lacked the requisite experience set forth in the bid documents.
Based on these criteria, T.~.D. Construc#ion, Inc., is the recommended best averall
bidder.
T.L.D. Canstruction, Inc., supplied the City with the names of prev"raus similar projects.
These projects include the Youth Activity Center for the City of ~ierra Madre,
Elementary School Renavation for the San Marino Unified School District, and the
renovation of the old Buena Vista Library into a Children Center ar~d Resource Center.
Listed projects included custom interior finish work similar in nature to the Transit Store
praject. City staff contacted the reference agencies and all respondents reported that
the T.~.D Construction, Inc.'s, work was completed in a timely and cost-efFicient manner
while maintaining consistent quality. City staff contacted the Genter for Contract
Gampliance and found T.L.D. Construction, Inc., is in good standing and capable of
handling labor compliance issues. City staff also verified with the ~tate Contractors'
~icense Baard that T.L.D. Construction, Inc.'s, license is current, active, and in good
standir~g-
Budqet/Financial Im~act
This project is 80°I4 funded {$525,3fi0} by the Federal Transit Administration (FTA} and
20°lo funded {$131,340} through local funds. Funds in the amount of $~56,700 are
available in account C41 Q749.589000, "Transit Genter Project."
4
Prepared by: Sam Aslanian, Civil Engineering Associate
Approved:
~ _
Craig Perkin~
Director -- Environmental and Public
Works Management Department
Farwarded to Council:
,,-- .~
,. ~ ~ ,
~' '
. mont Ewell
Manager
5
e erence on rac
o.