Loading...
sr-081010-1c~~ ~;,Yo, City Council Report Santa Moniea p ;, ~ 3. City Council Meeting:. August 10, 2010 Agenda Item: ~ "~~ To: Mayor and City Council From: Susan Cline, Acting Director of Public Works Subject: Construction Contract for the Beach Public Restroom Facility Replacement Project Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a contract with CWS Systems Inc., a California-based company, in the amount of $ 4,159,164 (including a 10% contingency) for the construction of the replacement public restroom facilities at Santa Monica State Beach; 2. Authorize the City Manager to negotiate and execute a First Modification for Agreement No. 8856 (CCS) with Roesling Nakamura Terada Architects (RNT), a California-based company, in the .amount of $71,500 for additional design services of the Beach Public Restroom Facility Replacement Project, resulting in anew contract amount of $334,696; and 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within budget authority. Executive Summary The City is in the process of replacing or retrofitting a total of eight beach restroom facilities at Santa Monica State Beach to achieve compliance with the Americans with Disabilities Act of 1990 (ADA). On November 13. 2007, Council approved Agreement No. 8856 (CCS) with RNT for the design of the replacement restroom facilities and the preparation of construction bid documents. On June 6, 2010, the City issued a Notice Inviting Bids for the construction of the eight replacement restroom facilities. CWS Systems Inc. is recommended for the project at a cost of $4,159,164. A First Modification for Agreement No: 8856 (CCS) with RNT in the amount of $71,500 is requested for additional design services to include an interpretive component at the eight replacement restroom facilities. This component aims to create readily identifiable imagery along with a narrative plaque customized for each of the eight sites to provide visitors the natural, social, or architectural history unique to the site and serve as a way- finding tool. This modification will result in a new contract amount of $334,696 with RNT. 1 Background In accordance with a California Department of Parks and Recreation (State Parks) Consent Decree, the City has committed to upgrading and bringing. eight public restroom facilities at Santa Monica State Beach into compliance with the ADA. The restroom facilities are located both north and south of the Pier as follows: • North of the Pier 0 810 Palisades Beach Road 0 1100 Palisades Beach Road 0 1200 Palisades Beach Road • South of the Pier 0 2000 Ocean Front Walk 0 2400 Ocean Front Walk 0 2500 Ocean Front Walk 0 2600 Ocean Front Walk 0 2800 Ocean Front Walk On November 13. 2007, Council approved a professional services agreement with RNT for design services of the replacement restroom facilities in the amount of $263,196. On November 24. 2009, Council reviewed and provided comment on the concept designs of the replacement facilities and directed staff to proceed with design development prior to review by the Architectural Review Board. On March 1.2010, the designs were reviewed and approved by the Architectural Review Board. On A rp it 12. 2010, Council received an Information Item with an update on the design development. And on June 11, 2010, the designs were reviewed and approved by the Califorhia Coastal Commission. Discussion Contractor Selection On June 6, 2010, the City issued a Notice Iriviting Bids. The Notice was published in the Santa Monica Daily Press and posted on the City's website. The scope of work included the replacement and construction of restroom facilities and related amenities at 2 seven locations and expansion and remodeling of the existing facility at one location. The project was estimated at $4,000,000, excluding owner contingency. The City received 13 formal bids that were publicly opened by the City Clerk's staff on June 29, 2010. The bid results were as follows: Bidder CWS Systems, Inc.' New Creations Builders Aron Development, Inc. Angeles Contractor, Inc. AWI Builders, Inc. Ford E.C. Inc. Base Bid Amount $ 3,407,840 $ 3,567,854 $ 3,644,000 $ 3,570,000 $ 3,616,911 $ 3,947,500 USS Cal Builders, Inc. TLD Construction Inc. $ 3,948,470 $ 4,262,870 L.A. Builders, Inc. $ 4,290,000 Icon West; Inc. $ 4,459,255 Mackone Development, Inc. $ 4,677,270 Mallcraft, Inc. $ 4,977,000 Shefir Construction, Inc. $ 5,993,900 'Corrected bid amount is $3,406,058 after evaluation of the bid revealed minor clerical error Staff recommends CWS Systems, Inc. as the best bidder based on their price, understanding of the project's scope, experience on similar projects, technical competence, and qualifications and .experience of the proposed staff. CWS Systems' recent experience includes Hemingway Park Aquatic Center for the City of Carson, Los Angeles Harbor College Photovoltaic Farm, Maywood Park Aquatic Center for the City of Maywood, and Los Angeles City College Central Plant. Staff contacted the reference agencies and all respondents reported that CWS Systems' quality of work was beyond satisfactory and work was completed in a timely and cost-efficient manner. The 3 California Contractors State License Board verified that CWS Systems and its sub- contractors' licenses are active and in good standing. The contract with CWS Systems Inc. is comprised of the following: Contract Component Amount CWS Systems Inc. Base Bid (corrected) $ 3,406,058 Allowance for Interpretive Components $ 375,000 10% Contingency $ 378,106 TOTAL $ 4,159,164 Angeles Contractor, Inc. submitted a bid protest. Staff has determined the protest to be without merit as the licenses of CWS Systems, Inc. and its subcontractors are active and in good standing. Consultant Contract Modification The City's design consultant Roesling Nakamura Terada Architects completed the original design and bid documentation substantially by May 26, 2010. The design included screening of the restroom areas to ensure privacy for users while permitting visual monitoring of the interior spaces. Development of a screen wall comprised of a standard perforated metal plate with consistent, repetitive openings was proposed for all eight locations. Subsequently, the design consultant suggested incorporating an interpretive component at each of the eight sites by varying the pattern of openings in the screen. walls to achieve readily identifiable imagery that is customized for each site. Visible from the bicycle and pedestrian paths, parking lots, and the beach, the iconic images along with narrative plaques aim to provide visitors the natural, social, or architectural history unique to each of the beach sites and serve as way-finding tools. A First Modification to Agreement No. 8856 (CCS) with Roesling Nakamura Terada Architects in the amount of $71,500 is requested to complete additional design work 4 and oversight of fabrication and installation of the interpretive components, for a new contract total of $334,696. Financial Impacts & Budget Actions The contract amounts to be awarded to CWS Systems, Inc. and Roesling Nakamura Terada Architects are $ 4,159,164 and $71,500 respectively, for a total of $4,230,664. Funds are available in the following accounts: 0010747.589000 Park Restroom Replacement $ 800,000 0010840.589000 Beach Restroom Accessibility (including $ 2,071,500 $71,500 to RNT) 0110840.589000 Beach Restroom Access Reconstruction $ 519,164 0190840,589000 Beach Restroom Access Reconstruction $ 840,000 TOTAL $ 4,230,664 Prepared by: Voneelya Simmons, Project Manager Approved: Forwarded to Council: < ' Susan ine Acting Director of Public Works Rod Gould City Manager 5 Reference Contract No. 9254 (CCS) and Amended Contract No. 8856 (CCS).