Loading...
SR-11-25-2014-3C- i ty Counci City of Santa Monica` City Council Regular Meeting: November 25, 2014 Agenda Item: ,—C To: Mayor and City Council From: Martin Pastucha, Director of Public Works Architecture Services Subject: Contract Modification for the Big Blue Bus Bus -Stop Improvement Project Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a seventh modification to Professional Services Agreement No. 9043 (CCS) in the amount of $25,000 with Lorcan O'Herlihy Architects, a California -based company, to provide additional design services for the creation of new site specific plans due to unforeseen added service changes for the Big Blue Bus (BBB) Bus Stop Improvement Project. This would result in an amended agreement with a new total amount not to exceed $1,009,992, with future funding contingent on Council budget approval. 2. Authorize the City Manager to negotiate and execute a second change order to Contract No. 9758 (CCS) in the amount of $375,000 with West Valley Investment Group, Inc., a California -based company, to replenish contingency funds from the original contract used to construct extended network signs for the BBB Bus Stop Improvement Project for a new total contract amount not to exceed $7,055,909. This change order would not change the completion date of the contract. 3. Authorize the Director of Public Works to issue any necessary change orders or modifications to complete additional work within budget authority. Executive Summary On March 3, 2009, Council awarded Professional Services Agreement No. 9043 (CCS) to Lorcan O'Herlihy Architects (LOHA) for design services for the BBB Bus Stop Improvement Project. On June 25, 2013, Council awarded Contract No. 9758 (CCS) to West Valley Investment Group, Inc. for construction services for the project. The first of the newly designed BBB Bus Stops were opened to the public on May 5, 2014. Unanticipated changes were made to BBB routes and schedules as a result of growth and the Expo line construction, resulting in the need for additional design services in the amount of $25,000 and construction services in the amount of $375,000 to continue this project. Staff recommends a seventh modification in the amount of $25,000 to Agreement No. 9043 (CCS) with LOHA for a new agreement total in an amount not to 1 exceed $1,009,992. Staff also recommends a second change order in the amount of $375,000 for Contract No. 9758 (CCS) with West Valley Investment Group for a new contract total in an amount not to exceed $7,055,909. Background Vendor Selection — Design Services On March 3, 2009 Council authorized a professional services agreement with Lorcan O'Herlihy Architects (LOHA) for the BBB Bus Shelter Redevelopment Program (now referred to as the BBB Bus Stop Improvement Project). LOHA developed the shelter design based on input received at outreach meetings with three BBB groups: bus riders, bus drivers, and bus maintenance staff. The Cultural Affairs Art Commission and the Architecture Review Board reviewed and commented on the proposed design. On Januan/ 19 2010, LOHA presented the final design to Council. Following Council approval, LOHA presented the final design at numerous BBB public outreach events including the business improvement districts, transit riders, neighborhood associations, business groups, the Convention and Visitor's Bureau, key boards and commissions including the Commission for the Senior Community and the Disabilities Commission. Vendor Selection — Construction On August 24, 2011, the City solicited bids for the construction of the BBB Bus Stop Improvement Project. Three bids were received; however, all three bids were found to be non - responsive. Two bidders provided incomplete bids and one bidder did not demonstrate a good faith effort in meeting the Underutilized Disadvantaged Business Enterprise goal, a requirement in utilizing federal funds. On January 10 2012, Council rejected all the bids due to incomplete submittals and /or insufficient documentation. The bidding process revealed questions regarding the reliability of the solar panels. The project team implemented a testing program for the proposed solar panel system to determine if it would produce enough power to reliably power the real time signs (RTS), which were proposed for the high volume stops. The RTS are a key feature to improve bus rider experience by displaying a maximum of three lines of text with estimated arrival times of incoming buses. Test results indicated insufficient power to consistently 2 supply signs in suboptimal weather. The project scope was revised to use solar panels to only power lights at high and medium volume stops. Power for the RTS would instead use Power over the Ethernet (POE) with new infrastructure to install POE connections. POE utilizes existing line voltage for traffic control devices and converts it to low voltage suitable to run the RTS. Bid documents were revised to simplify the bidding process. The revised project scope was rebid on December 17, 2012. On June 25, 2013, Council awarded a construction contract for the BBB Bus Stop Improvement Project to West Valley Investment Group in an amount not to exceed $6,680,909. Staff issued a Notice to Proceed to the contractor on September 5, 2013. The contractor constructed a mockup of the stops and began manufacturing the approved units. Due to complexities on the medium and high volume units (housing the real time signage equipment) and long lead items (manufacturing and photovoltaic), the project team developed a schedule to manufacture and install low volume stops before medium and high volume stops in order to expedite project completion. Discussion The original bid included the installation of 1,244 extended network signs (new BBB bus stop poles and signs outside of Santa Monica); however, these signs were eliminated from the contract due to lack of funding for the construction costs. In spring 2014, BBB identified $375,000 in additional funding to add 1,000 extended network signs. Staff authorized the contractor to start the extended network signs through a change order utilizing the project contingency. Staff recommends a change order in the amount of $375,000 to replenish the contingency funds required for future unforeseen conditions and /or design changes. The specific layout of bus stop elements developed at each bus stop was based on the BBB map of existing bus stop locations at that time; however, construction of the Expo 3 line and other streetscape conditions requires adjustments of BBB bus stop locations in order to integrate the regional transit network. These unforeseen changes to site specific layouts require a consultant site survey and design. Staff recommends a modification in the amount of $25,000 with Lorcan O'Herlihy Architects for additional design services, which includes design of new stop locations in response to changes to existing stops on Olympic Drive, Colorado Esplanade, and multiple stops related to new Expo stations. Public Outreach Public outreach for the construction portion of this project has been provided by the BBB Government and Community Relations staff, general contractor, and construction manager. Public outreach has included notifications distributed to adjacent properties and the surrounding community on the scope of the project, potential impacts, and construction schedule with additional periodic updates on the City's "Know Before You Go" (aka KBUG) and "Be Excited! Be prepared!" websites. The first low volume stops were opened to the public on May 5, 2014. In response to the initial public criticism of these stops, staff revisited the design of the double seats to address size, proximity to adjacent seat, visibility, and armrest concerns. Installation of the unpopular double seats was halted and single seats were temporarily installed until new double seats can be designed, vetted, and manufactured. Shade structures were installed at three low volume stop locations where sidewalk space is available and shade is not already provided by trees or buildings. The redesign process is underway and has been presented to staff, the Disabilities Commission, and the Commission for the Senior Community to assess the new seat design before it goes into full production. Completion of the project is anticipated by spring 2015. Staff does not anticipate needing to return to Council to request additional funds for revised seating or shade u n its. Next Steps Upon Council approval of the recommended modification and change order, staff anticipates the following next steps to continue with the BBB Bus Stop Improvement Project: ® Staff will return to Council with updates on the Expo Light Rail impacts to existing Metro and BBB bus routes that necessitate the relocation, addition and/or removal of certain stops, and additional funding required for the design of a new site - specific site plan for construction of those locations. (February 2015) ® Staff anticipates that the elimination of existing contracted stops will provide the quantity of material required to install these new stops; therefore, no new funding would be required for the construction of the new stops. Financial Impacts and Budget Actions The agreement modification to be awarded to Lorcan O'Herlihy Architects is $25,000 (including a 10% contingency), for an amended agreement total not to exceed $1,009,992. Funds are available in the FY 2014 -15 Capital Improvement Program budget. The agreement modification will be charged to account C410114.589000, work order 88540. The contract change order to be awarded to West Valley Investment Group, Inc. is $375,000, for an amended contract total not to exceed $7,055,909. Funds are available in the FY 2014 -15 Capital Improvement Program budget in account 0410114.589000. The contract change order will be charged to C410114.589000, work order 90721. Prepared By: Alex Parry, Senior Architect Approved: Forwarded to Council: �k &:� cLl Martin Pastucha Director of Public Works 5 Rod Gould City Manager Reference: Modified Contract Nos. 9043 (CCS) 0 9758 (CCS)