Loading...
SR-07-22-2014-3B - 417-007City Council Report City of Santa mosica° City Council Meeting: July 22, 2014 Agenda Item: 3— To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Award Construction Contract and Construction Management Contract for the Parking Structure 2, 4, and 5 Elevator Replacement Project Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2262 for the Parking Structure 2, 4, and 5 Elevator Project to Icon West, Inc., a California -based company, in an amount not to exceed $5,230,544 (includes 10% contingency and additive alternate bid). 2. Authorize the City Manager to negotiate and execute a contract with Icon West, Inc., a California -based company, in an amount not to exceed $5,230,544 (includes 10% contingency and additive alternate bid) for the Parking Structure 2, 4, and 5 Elevator Project. 3. Authorize the City Manager to negotiate and execute a professional services agreement with Kitchell, a California -based company, in an amount not to exceed $435,242 (includes 10% contingency) to provide construction management services for the Parking Structure 2, 4, and 5 Elevator Project. 4. Authorize the Director of Public Works to issue any necessary change orders and modifications to complete the work within budget authority. Executive Summary This project would replace existing elevators in Parking Structures 2, 4, and 5 with new elevator machines and cabins. The new elevators would reduce maintenance costs, enhance customer experience and bring the parking structure elevators into compliance with all applicable seismic, ADA, and building code requirements. In April 2014, the City solicited bids for the Parking Structure 2, 4, and 5 Elevator Project. After reviewing two bids received, staff recommends Icon West, Inc. as the best bidder for construction in an amount not to exceed $5,230,544. Additionally, staff recommends Kitchell to provide construction management services in the amount of $435,242. 1 Discussion The elevators in Parking Structures 2, 4, and 5 were installed when the structures were built in the 1960's. Each structure is served by three elevators. Although the existing elevators receive periodic maintenance, due to the age and high volume of traffic the elevators are frequently out of service, are costly to maintain and are not code compliant. This project would install new code compliant elevators and reduce maintenance costs while improving customer experience. The scope of the project includes: • Removal of existing elevator equipment • Replacement of roofing at elevator shafts • Provision of new elevator equipment and controls • Provision of fire alarm system including plans and specifications for Fire Department approval • Upgrades to one elevator in each structure to provide gurney access • Install a new HVAC system for existing elevator equipment rooms in addition to all accessibility, and life and safety upgrades as required by current code. Contractor Selection: On April 17, 2014, the City published Bid #SP2262 to replace the existing elevators in downtown Parking Structures 2, 4, and 5. 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 four prospective bidders attended a mandatory pre -bid job walk. Two bids were received and publicly opened on May 22, 2014. The bid results are as follows: Bidder Icon West, Inc. Fast Track Construction Co. Base Bid Additive Alternate Bid $4,497,440 $257,600 $7,588,500 $206,200 2 Total Bid Amount $4,755,040 $7,794,700 The additive alternate is based on unit prices for any unforeseen conditions that may arise including: masonry, stud and stucco repair, conduit replacement if necessary, and the provision of emergency battery packs for the elevators. Staff estimated the additive alternate bid costs based on submitted unit prices and potential site conditions. The bids were evaluated based on price, experience, qualifications and references. Based on these criteria, Icon West is recommended as the best bidder. Staff contacted references provided by Icon West for prior project experience for the UCLA Dykstra Hall Repair and Renovation and UCLA Hitch Suites Building Complex projects. 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 to ensure that Icon West's license is current, active, and in good standing. Construction Management Selection On April 21 2014, the City issued a Request for Proposals (RFP) for construction management services for the replacement of the elevators at Parking Structures 2, 4, and 5. The RFP was posted on the City's online bidding website. Twelve proposals were received and evaluated by Public Works staff on the following criteria: technical competence, staffing capability, project approach, past performance, dispute resolution, quality control, cost control, management services, customer service and the ability to meet required time frames. The top three firms were invited to interview with Public Works staff on June 12, 2014. Based on the above criteria, Kitchell is recommended as the best bidder to provide construction management services based on their competitive prices and their direct experience working on similar projects for the City of Santa Monica. Staff contacted reference agencies and all respondents reported that Kitchell provided exceptional construction management services. Since the RFP was originally posted, City staff has determined that the initial timeframe of 14 months to complete this construction project may be inadequate. Staff therefore added an additional four months of construction management services onto the proposed pricing at the hourly rates provided. This 3 adjustment raised the price from the originally proposed amount of $309,302 to current proposed amount of $395,674. Construction Schedule Construction work is tentatively scheduled to begin in September 2014 for a period of approximately 470 working days, in order to sequence the construction so that at minimum one elevator is always available in each structure. Financial Impacts & Budget Actions The contract to be awarded to Icon West is for an amount not to exceed $5,230,544 (includes a 10% contingency and additive alternate bid). The agreement to be awarded to Kitchell is for an amount not to exceed $435,242 (includes a 10% contingency) for a total project cost not to exceed $5,665,786. Funds in the amount of $5,665,786 are available in FY 2014 -15 Capital Improvement Program budget in account 0014079.589000. Prepared by: Danny Welch, Project Manager Approved: Forwarded to Council: Martin Pastucha Rod Gould Director of Public Works City Manager G! S Z L 3 i.� pm T a N N O N L v N LL Av �x $ 6 r lu � wr. Ad snv I xvem` w I W118 Y6 P Q b en tt' AY ' ®ae•.a >nY E ° IBO i A e j MlY Ln i 3 nr i n i � 1 � � 1 S ♦ a o� c 8 y a Attachment 2 After Hours Permit Details for Annual Paving & Sidewalk Repair Project Street paving on 2nd Street between Colorado Avenue and Wilshire Boulevard in the downtown and Ocean Avenue between Seaside Terrace and Pico Boulevard. To mitigate impacts to business, and to maintain daytime access to parking structures and driveways, paving on 2nd Street will be performed after hours, Monday through Thursday between 9pm and 7am, for duration of approximately 4 days. An after -hours construction permit would be obtained by the contractor contingent on satisfying notification requirements per Santa Monica Municipal Code 4.12.110. Cold- milling and removal of existing asphalt across the full width of the street is to occur during daytime normal working hours. Paving of westbound 1 -10 Freeway Lincoln Boulevard off -ramp, including the intersection of Lincoln Boulevard and Olympic Drive, and westbound 1 -10 Freeway 4th & 5th Street off - ramps. All paving at freeway off -ramps will be performed Monday through Thursday between the hours of 11pm and 6am. An after -hours construction permit would be obtained by the contractor contingent on satisfying notification requirements per Santa Monica Municipal Code 4.12.110. Pavement reconstruction on Moomat Ahiko Way Roadway closure and construction activities for Moomat Ahiko Way would be performed Monday through Friday between 7am and 8pm and on Saturdays and Sundays between gam to 7pm, for the duration of the project. Recommended working hours and weekend work hours are necessary to ensure the timely completion of the project. An after -hours construction permit would be obtained by the contractor contingent on satisfying notification requirements per Santa Monica Municipal Code 4.12.110. Reference: Contract No. 9936 (CCS) E'?1 Agreement No. 9937 (CCS)