Loading...
HomeMy WebLinkAbout6/5/2013 - STAFF REPORTS - 2.O. �Z W V N c441FORN`P City Council Staff Report Date: June 5, 2013 CONSENT CALENDAR Subject: AWARD OF CONTRACT FOR CONSTRUCTION OF SKATE PARK MANAGEMENT FACILITY TENANT AND FACADE IMPROVEMENT (CITY PROJECT NO. 13-14) TO DOUG WALL CONSTRUCTION, INC. From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY On March 20, 2013 City Council authorized staff to advertise and bid the construction of the Skate Park Management Facility, Tenant and Facade Improvements project. The bid opening was scheduled for May 7, 2013 but no bids were received. At the recommendation of the Architect and in accordance with procurement regulations, staff contacted Doug Wall Construction of Bermuda Dunes and requested a bid for the work. The City Manager had previously been authorized to award the project in an amount not to exceed $375,000. However, the bid provided exceeds this amount. This item seeks Council approval for the City Manager to award the construction contract to Doug Wall Construction, Inc. in the amount of$398,603. RECOMMENDATION: 1) Approve Agreement No. with Doug Wall Construction, Inc. for the Skate Park Management Facility Tenant and Facade Improvement Project, City Project 13-14, in the amount of$398,603. 2) Authorize City Manager to execute all necessary documents. STAFF ANALYSIS: City Council had previously approved the architectural concept design work for the Skate Park Facility, prepared by Interactive Design Corporation. Simon Contracting began work on the site improvements on March 1, 2013 and that portion of the project is now complete. On April 1, 2013, G&M Construction began the relocation of the modular building to the site. The building is now in place and ready for the completion of tenant and facade improvements. ITEM NO. 20— City Council Staff Report June 5, 2013- Page 2 Authorization for City Manager to Award Contract for Constuction of Skate Park Management Facility Tenant and Fagade Improvement(City Project No. 13-14) On March 20, 2013, City Council approved the plans and specifications and authorized staff to bid the construction of the Skate Park Management Facility Tenant and Facade Improvements. The construction cost estimate was $350,000. On May 1, 2013, City Council authorized the City Manager to award this contract subsequent to bid opening and checking, to the lowest responsive and responsible bidder at a cost not to exceed $375,000. No bids were received. Staff requested a bid from Doug Wall Construction, Inc. A bid in the amount of $430,922 was received on May 20, 2013. Subsequent discussions and clarifications to the scope of work between Staff, the Architect and Doug Wall Construction led to a revised bid price of$398,603. FISCAL IMPACT: Sufficient funds are available in Quimby Parks Fund Account No. 152-2460-51575. SUBMITTED: Submitted by: David J. Barakian Director of Public Works/City Engineer Approved by: David H. Read anager Attachments: 1. March 20, 2013 Staff Report 2. May 1, 2013 Staff Report 3. Agreement 02 ALM SA4 '2 V N s c °°°enre°.o°tl c44 1F0"N,P City Council Staff Report Date: May 1, 2013 CONSENT CALENDAR Subject: AUTHORIZATION FOR CITY MANAGER TO AWARD CONTRACT FOR CONSTRUCTION OF SKATE PARK MANAGEMENT FACILITY TENANT AND FACADE IMPROVEMENT (CITY PROJECT NO. 13-14) From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY On March 20, 2013 City Council authorized staff to advertise and bid the construction of the Skate Park Management Facility Tenant and Facade Improvements. The project has been advertised for bids and the bid opening date is set for May 7, 2013. This item seeks Council approval for the City Manager to award the construction contract in an amount not to exceed $375,000 subsequent to bids being opened and checked, without having to wait an additional week until the May 15, 2013 Council Meeting. RECOMMENDATION: 1) Authorize City Manager to award the construction contract for the Skate Park Management Facility Tenant and Facade Improvements to the lowest responsive and responsible bidder at an amount not to exceed $375,000. STAFF ANALYSIS: City Council had approved the architectural concept design work for the Skate Park Facility, prepared by Reuel Young late last year. Simon Contracting's site work and the Modular building installed by G&M Construction is nearly complete. On March 20, 2013, City Council approved the plans and specifications and authorized staff to bid the construction of the Skate Park Management Facility Tenant and Facade Improvements. The construction cost estimate was $350,000. The bid opening date is May 7, 2013. Staff is requesting City Council to authorize the City Manager to award this contract subsequent to bid opening and checking, to the lowest responsive, responsible bidder at a cost not to exceed $375,000. This would allow contract execution and notice to proceed to occur in a more timely fashion without waiting for the regularly scheduled May 15 Council Meeting. 03 ' City Council Staff Report May 1, 2013 - Page 2 Authorization for City Manager to Award Contract for Constuction of Skate Park Management Facility Tenant and Facade Improvement(City Project No. 13-14) FISCAL IMPACT: Sufficient funds are available in Account No. 152-2460-51575. SUBMITTED: Submitted by: David J. Barakian Director of Public Works/City Engineer Approved by: David H. Ready, City Manager Attachments: 1. March 20, 2013 Staff Report 2. October 17, 2012 Staff Report 3. Staff Report Action Park Alliance 4. Construction Cost Estimates 5. Plans & Specifications 6. Design Concepts 04 p ALM Sp Z c u a goOggiEO City Council Staff Report Date: March 20, 2013 CONSENT CALENDAR Subject: AUTHORIZATION TO BID FOR THE SKATE PARK OPERATIONS AND MANGEMENT FACILITY EXTERIOR AND INTERIOR IMPROVMENTS PROJECT From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY City Council has approved a five-year agreement with Action Park Alliance, Inc., to operate and manage the Palm Springs Skate Park. In accordance with the contract the City committed to provide an operations and management facility and Staff has secured a modular structure to serve as the new facility. On October 17, 2012, the City Council approved the architectural Concept Design for the Skate Park facility prepared by Reuel Young of the firm Interactive Design Corporation. Design of the exterior and interior improvements to the modular structure has been completed. Plans and specifications have been submitted to Public Works and Building Department Staff for review and are ready for bidding. In accordance with 7.03.040 of the Procurement and Contracting Code the Council is required to approve and adopt plans, specifications and working details, and authorize the bid request for all public projects in excess of $100,000. Approval of this project will allow staff to proceed with this public project, with an estimated cost of$350,000. RECOMMENDATION: Approve and adopt plans and specifications and authorize Staff to advertise and solicit bids for the construction of the Skate Park Operations and Management Facility Interior and Exterior Improvement Project. 05 ty Council Staff Report arch 20, 2013- Page 2 Skate Park Operations and Management Facility Interior and Exterior Improvements STAFF ANALYSIS: On October 17, 2012 the City Council approved the architectural Concept Design for the new Skate Park facility prepared by architect Reuel Young of the firm Interactive Design Corporation. On December 19, 2012 the City Council awarded the contract for the site improvements to Simon Contracting. Work began on March 4, 2013 and is currently underway. Simon Contracting's work along with the installation of the modular building on the site by G&M Construction is projected to be completed by May 1, 2013. Authorization to advertise and solicit bids for the construction of the Skate Park Operations and Management Facility Interior and Exterior Improvement Project will allow staff to identify a responsible and responsive contractor for this final phase of the project and maintain continuity of construction efforts. Section 7.03.040 of the Procurement and Contracting Code requires that for public projects in excess of $100,000 Council approve and adopt the plans, specifications and working details, and authorize staff to advertise for construction bids. The Engineer's Estimate for this project is $350,000. Approval of the recommended action will allow staff to proceed with bidding of this project. FISCAL IMPACT: Funding for the Skate Park Operations and Management Facility is available through Quimby Fun which has a current unallocated fund balance of more than $2 Million. On February 20, 2013, Council approved the estimated comprehensive budget for the new Skate Park Operations and Management Facility Project in the amount of $750,000. Of that amount $350,000 was estimated for Interior and Exterior Improvements and funds are available in Account No. 152-2460-51575. 06 ity Council Staff Report March 20, 2013- Page 3 Skate Park Operations and Management Facility Interior and Exterior Improvements SUBMITTED: Prepared by: Recommended by: Mic ael Lytar David J. Barakian Senior Public Works Inspector Director of Public Works/City Engineer Approved by: Thomas J. Wilsor „Asst. City Manager David H. Ready, City Manager i 1 if f 07 t AGREEMENT THIS AGREEMENT made this day of in the year 2013,by and between the City of Palm Springs,a Charter City,organized and existing in the County of Riverside,under and by virtue of the laws of the State of California,hereinafter designated as the City,and Doug Wall Construction,Inc. hereinafter designated as the CONTRACTOR. The City and the Contractor,in consideration of the mutual covenants hereinafter set forth,agree as follows: ARTICLE 1-THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s)of the City's Contract Documents entitled: PALM SPRINGS SKATE PARK MANAGEMENT FACILITY TENANT AND FACADE IMPROVEMENT CITY PROJECT NO.13-14 The Work is generally described as follows:: Remodel of a modular building for tenant and exterior fagade improvement. The Work shall include but not necessarily be limited to the construction and furnishing of equipment and materials for: demolition of exterior and interior walls, exterior equipment& utility connections; concrete curb/apron, reinforced concrete entrance ramp, canopy structure, concrete flatwork, exterior facade walls, interior walls, doors and ceiling, automatic entry sliding entrances, windows, skylights, mechanical systems, reuse/redirection of most existing mechanical ducts and supply/return grilles, new carpet and floor coating, new switchgear, new light fixtures, new ceiling fans, and new plumbing fixtures, landscaping and all other appurtenant work as indicated on the project drawings. ARTICLE 2-COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein,plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays,expense,and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly,instead of requiring any such proof,the City and the Contractor agree that as liquidated damages or delay(but not as a penalty)the Contractor shall pay the City the sum of$790.00 for each calendar day that expires after the time specified in Article 2,herein. ARTICLE 3-CONTRACT PRICE The City shall pay the Contractor for the completion of the Work in accordance with the Contract Documents in current funds the Contract Price(s)named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4-THE CONTRACT DOCUMENTS The Contract Documents consist of: Notice Inviting Bids, Instructions to Bidders,the accepted Bid and Bid Schedule,the Schedule of Values, List of Subcontractors, Non-Collusion Affidavit, Bidders General Information, Bid Security or Bid Bond, this Agreement, Workers Compensation Certificate, Performance Bond, Payment Bond, Notice of Award, Notice to Proceed, Notice of Completion, General Conditions of the Contract,Supplementary General Conditions of the Contract,Technical Specifications,Drawings listed in The Schedule of Drawings in the Supplementary General Conditions or on the Cover Sheet of the Drawings,Addenda numbers to ,inclusive,and all Change Orders,and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5-PAYMENT PROCEDURES PALM SPRINGS SKATE PARK MANAGEMENT FACILITY AGREEMENT FORM TENANT AND FACADE IMPROVEMENT AGREEMENT&BONDS-PAGE 1 08 CITY PROJECT NO. 13-14 5/28113 The Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions and the Supplementary General Conditions. Applications for Payment will be processed by the Engineer or the City as provided in the General Conditions. ARTICLE 6-NOTICES Whenever any provision of the Contract Documents requires the giving of written notice,it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended,or if delivered at or sent by registered or certified mail,postage prepaid,to the last business address known to the giver of the Notice. ARTICLE 7-MISCELLANEOUS Terms used in this Agreement which are defined in Article 1 of the General Conditions and Supplementary General Conditions will have the meanings indicated in said General Conditions and Supplementary General Conditions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound;and specifically but without limitation monies that may become due and monies that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law),and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners,successors,assigns,and legal representatives to the other party hereto,its partners, successors, assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF,the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS,CALIFORNIA APPROVED BY THE CITY COUNCIL: By Minute Order No. Date City Clerk Agreement No APPROVED AS TO FORM: By City Attorney Date CONTENTS APPROVED: By City Engineer Date By City Manager Date PALM SPRINGS SKATE PARK MANAGEMENT FACILITY AGREEMENT FORM TENANT AND FACADE IMPROVEMENT AGREEMENT&BONDS-PAGE 2 O CITY PROJECT NO. 13-14 5/28/13