Loading...
SR-06-10-2014-3H - 911-000City of City unit Report Santa Monled City Council Meeting: June 10, 2014 Agenda Item: To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Award Construction Contract for the former Public Works Warehouse Site Improvement Project Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a contract with DLS Builders, a California -based company, in an amount not to exceed $1,119,713 (includes 10% contingency) for the former Public Works Warehouse Site Improvement Project. 2. Authorize the Director of Public Works to issue any necessary change orders to complete the work within budget authority. Executive Summary This project would renovate and repurpose the warehouse located at 2500 Michigan Avenue for use by other City groups including the Print Shop, Facilities Maintenance, and Architecture Services. The improvements include accessibility and life safety upgrades as required by current code as well as upgrades to the building's structural envelope and electrical, mechanical, and plumbing systems to support the planned new uses. After reviewing seven bids received, staff recommends DLS Builders to complete the former Public Works Warehouse Site Improvement Project in an amount not to exceed $1,119, 713. This project is scheduled to begin in July 2014 for a period of approximately 120 days. Background Historically, the Public Works warehouse was used to store miscellaneous equipment, furniture, and other unused or unwanted City property. As technology expanded and global supply chains tightened, the warehouse no longer met the needs of the City's trade functions in a cost - effective fashion and was closed in 2012. 1 Since 2012 the warehouse has been used primarily as storage space, a workshop for the City's Carpentry Shop, and project work space for the City's Rosie's Girls program. Although real estate is at a premium citywide, the warehouse cannot be utilized to its full capacity in its current state. Discussion This project would renovate and repurpose the existing 8,400- square -foot warehouse for use by other City groups including the Print Shop, Facility Maintenance, and Architecture Services. Needed office space, meeting rooms, restrooms, and an ADA- accessible ramp would be constructed as well as accessibility and life safety upgrades as required by current code. The project would also include a voluntary upgrade to the building's structural envelope and all necessary upgrades to the electrical, mechanical and plumbing systems to support the building's new functions. Currently, the City's Print Shop and Mail Services are located in leased space at 1660 Lincoln Blvd. at a cost of approximately $100,000 per year. In addition, the City is contemplating the renovation of the City Yards that has been delayed due to financial considerations. If the City Yards project were approved today it would take approximately eight years to get to demolition of the warehouse building and construction of new facility. Based on the $100,000 in annual savings for Print Shop /Mail Services office space and the benefit involved in the renovation of this space the investment in this property is a financially responsible investment. Contractor Selection On April 2, 2014, the City published Notices Inviting Bids to renovate and convert the existing warehouse to house the City's Print Shop, Custodial Services, the HVAC shop, and dedicated storage area. The bid was posted on the City's online bidding website and notices were advertised in the Santa Monica Daily Press in accordance with the City Charter and Municipal Code provisions. Forty -nine vendors downloaded the Notice Inviting Bids and twenty -three prospective bidders attended a mandatory pre -bid job walk. Seven bids were received and publicly opened on April 30, 2014. The bid results are as follows: Bidder Lee Capital Builders, Inc. Calco Construction Services RMS:lillrmp Oak Tree Construction, Inc. Professional Services Construction, Inc. ACON Development, Inc. A.J. Fistes Corporation Base Bid $ 739,950.00 $ 1,028,815.00 $ 1,035,464.00 11075,200.00 Additive Alternate Total Bid Amount $ 5,000.00 $ 744,950.00 $ 8,350.00 $ 1,037,165.00 $ 4,495.00 $ 1,039,959.00 $ 6,000.00 $ 1,081,200.00 1,138,294.00 $ 10,800.00 $ 1,149,094.00 $ 1,178,377.40 $ 5,900.00 $ $ 1,217,726.00 $ 5,500.00 $ 1,184,277.40 1,223,226.00 Bids were evaluated on price, experience, qualifications and references. Lee Capital Builders, Inc. was the lowest bidder, but was non - responsive as the submitted bid omitted significant scope of work. Calco Construction Services was the second lowest bidder, but lacked municipal experience. DLS Builders was the third lowest bidder with a base bid amount $6,649 over Calco Construction's, a difference representing less than 1 % of the bid amount. DLS Builders is considered the best bidder based on its demonstrated quality service as regards staff experience, quality control, scheduling and finished product and ability to provide services related to this project if warranty issues arise in the future. Additionally, with relevant experience with University of California projects, staff believes DLS Builders will more readily adapt to municipal policies and procedures. Staff contacted references provided by DLS Builders for prior project experience at three occupied medical buildings for University of California campuses (one at UCLA and two at UC Irvine) that included a 3,000- square -foot tenant improvement, retrofit, and addition and a 14,000- square -foot tenant improvement. All respondents reported that work was completed in a timely and cost - efficient manner while maintaining consistent quality. Staff also verified with the Contractors State License Board that DLS Builders' 3 license is current, active, and in good standing. Based on these criteria, DLS Builders is recommended as the best bidder. Construction Schedule Construction work is tentatively scheduled to begin in July 2014 for a period of approximately 120 days. Financial Impacts & Budget Actions The contract to be awarded to DLS Builders is for an amount not to exceed $1,119,713 (includes a 10% contingency). Funds in the amount of $1,119,713 are included in the FY 2013 -14 Capital Improvement Program budget. The contract would be charged to the following accounts: C010162.589000 $600,000 M010085.589000 $519,713 Total $1,11 9,713 Prepared by: Danny Welch, Project Manager Approved: r Martin Pastucha Director of Public Works 12 Forwarded to Council: Rod Gould City Manager