Loading...
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.