Loading...
SR-072308-1SCity Council Meeting: July 23, 2008 Agenda Item: ~ ^ S To: Mayor and City Council , Chairperson and Redevelopment Agency From: Lee E. Swain, Director' of Public Works Subject: Parking Structures 1-6 -Award of Construction Contract for Fapade Improvements Project Recommended Action Staff recommends that the City Council: 1. Award a construction contract to AWI Builders, Inc., -the best bidder, in the amount of $3,291,911 plus a 10% contingency for a total. amount not to exceed $3,621,102; 2. authorize the Director of Public Works to issue any necessary change orders to complete additional work within budget authority; 3. authorize the City Manager to execute a Cooperation Agreement between the City and the Redevelopment Agency for payment of the costs associated with the fagade improvements omParking Structures 1-6; and 4. adopt a resolution finding that the fagade improvement on Parking Structures 1-6 are of benefit to the Earthquake Recovery Redevelopment Project Area. Staff recommends that the Redevelopment Agency: 1. Authorize the Executive Director to execute a Cooperation Agreement between the City and the Redevelopment Agency for payment of the costs associated with the fagade improvements on Parking Structures 1-6; and 2. adopt a resolution finding that the fagade improvements on Parking Structures 1- 6 is of benefit to the Earthquake Recovery Redevelopment Project Area. 1 Executive Summary This Project consists of fagade .improvements to Parking Structures 2, 4 and 5 which include. artist designed vehicle and pedestrian entry features and lighting enhancements. The Project also includes of painting .the six downtown parking structures, concrete planter repairs, and replacing real-time parking availability monument signs. This Project is funded by Redevelopment and Parking Authority Funds. Discussion Parking Structures 1-6 in the Bayside District are prominent, visible facilities which give visitors their first impression of the area. The Downtown Parking Program Task Force recommendations, conceptually approved by the City Council on April 9, 2002, call for the demolition of Parking Structures 1, 3 and 6, construction of additional parking, and the renovation and seismic upgrading of Parking Structures 2, 4 and 5. While Parking Structures 1, 3 and 6 are slated for demolition, all six parking structures are in need of repainting and would benefit from improvements to enhance their appearance. In FY 2005-06 the Council approved funds to repaint Structures 1-6 and to make fagade improvements to Structures 2, 4 and 5, the three parking structures which are receiving seismic upgrades and are scheduled to be retained as part of the Downtown Parking Structure Strategic Plan. On January 24, 2006, the City Council awarded a contract to Pugh +Scarpa Architects in an amount not fo exceed $107,000 to design fagade improvements to the six downtown parking structures, including artist design fagade components to Structures 2, 4 and 5. Pugh +Scarpa Architects and Cliff Garten, artist, developed a design that created a maximum impact within available funding, to be mindful of on-going maintenance requirements, and to address broader. design and artistic goals as part of the repainting of the parking structures. The proposed plan calls for the painting of the ceilings of all six garages with vivid color gradients unique to each of the structures, enhanced lighting and refurbished pedestrian and vehicular signage at access points. The concept is a simple and economical way to enhance the appearance and differentiate the garages from one another. The artistic 2 elements are the entry signs and the light tubes at the entrances to Parking Structures 2, 4 and 5. The concept of artistic entry signs and light tubes is not proposed for Parking Structures 1, 3 and 6 as these garages are to be rebuilt pursuant to the Downtown Parking Strategic Plan. Demolition of the first of three parking structures is likely to begin in approximately 1 '/2 years. Structures will be demolished one at a time and demolition of the .second structure is about 2 % years away. The interim improvements to Parking Structures 1, 3 and 6 are estimated to cost $260,000 each. The largest portion of the project budget is for the fagade improvements to Structures 2, 4 and 5. Concept designs were reviewed and unanimously approved by the Architecture Review Board, and the Bayside District Board of Directors. On April 10, 2007, Council approved the conceptual design for the fagade improvements, including the artist- designed components. A portion of Parking Structure 6, facing 2"d Street, was painted as a test for maintenance and graffiti abatement. The installation has successfully been in place since September 2007 with minimal maintenance and graffiti impacts. Commission Action On January 10, 2007, the Architectural Review Board approved the concept design of the proposed parking structure fagade improvements. Contractor Selection A Notice Inviting Bids was advertised on May 30 and 31, 2008, in the Santa Monica Daily Press and the bid documents were sent to nine public plan rooms.- The Notice Inviting Bids was also posted on the City's website. Five contractors attended the job walk, four contractors requested bid documents and one sealed bid was received by the City Clerk's office. The bid was publicly opened and read aloud on June 23, 2008 by the Deputy City Clerk, as follows: 3 Contractor AWI Builders, Inc. Cost Estimate Base Bid $3,291,911 $ 3,200,000 While only one bid was received, the bid amount is within 3% of the cost estimate and the bidder is qualified to successfully perform the work. Rebidding the project would delay the project and result in higher bid amounts considering recent trends in construction cost escalation. Public Works staff evaluated the bid based on understanding of the project's scope, direct experience on similar projects, approach to the work, technical competence, qualifications of the proposed staff, and the ability to meet the desired time frames. AWI Builders, Inc., has successfully completed projects similar in size and scope of work including the Maple Pico Retail and Parking Structure; Neuro Imaging Facility for University of California Los Angeles; Pan Pacific Senior Activity Center Building for City of Los Angeles Department of Recreation and Parks as well as the new Field House Facility for Los Angeles Valley College. All references contacted confirmed that the contractor's work was completed in a timely and cost efficient manner while maintaining consistent quality. The Center for Contract Compliance found AWI Builders, Inc. to be in good standing and capable of handling labor compliance issues. The State Contractors' License Board also verified that the company's license is current, active, and in good standing. Redevelopment Considerations The Redevelopment Agency, as the owner of Parking Structures 1-6, is authorized by the State of California Health and Safety Code Section 33400 to maintain, manage, and repair the structures. The Agency's authority to carry out the fagade improvements to Parking Structures 1-6 can be delegated to the City through a Cooperation Agreement and provide for the Agency's funding of those costs. To use Redevelopment funds for the fagade improvements of Parking Structures. 1-6, the City Council and 4 Redevelopment Agency must make the appropriate fihdings as required by Health and Safety Code Section 33445. The attached Resolutions find that the use of these funds 1) is of benefit to the Earthquake Recovery Redevelopment Project Area; 2) no other reasonable means of financing the Project are available to the community; 3) the payment of funds for the Project will assist in elimination of one or more blighting conditions inside the Project Area by assisting in the elimination of one or more of the conditions resulting from the 1994 Northridge Earthquake disaster; and 4) the payment of funds for the Project is consistent with the Redevelopment Agency's FY 2004/05 through 2008/09 Five-Year Implementation Plan in that it helps achieve the Commercial Revitalization goals as set forth in this Plan. Financial Impacts & Budget Actions Funds in the amount of $3,621,102 are budgeted and available in the following account numbers Account Number Amount Source of Funding 0170621.589000 $1,721,102 Earthquake Recovery Redevelopment Fund 0770776.589000 $1,900,000 Parking Authority Fund Total Available $3,621,102 Prepared by: Sam Aslanian, Civil Engineering Associate Reviewed by: Housing and Economic Development Department -Redevelopment Approved: Forwarded to Council: ~~ Lee E. Swain Director of Public Works ~ K P. ont Ewell City Manager Attachments: A: City Council Resolution B: Redevelopment Agency Resolution 5 Reference Resolution Nos. 10331 (CCS) and 511 (RAS), and Contract Nos. 8961 (CCS) and 8962 (CCS/RAS).