Loading...
SR-6-F (3)- • ~o2-~S ~ ~~~ Gs:sES:Jrtsmt~ (io/zi) OCT 2 5 IQ88 • Council Meeting: 1Q/25188 Santa Monica, California iC~ Z - .~~=-'~ TO: Mayor and City Council ~ FROi~: City Staff SUBJECT: Recamm~ndat~on to Reject Bids for the Reconstruction of the West End of the Municipal Pier and the iJpgrading of Utilities an the Exis~ing Pier and Adoption af Resolution Waiving Campetitive Biddinq and Authorizing the City Manager to Negotiate and Execute Contract far tha Reconstruction of the West End of the Municipal Pier and the t7pgrading of Utilities Introduction This repoXt requests that the City Council reject hids for the reconstruction of the west end of the Municipal Pier and the upgrading of utilities on the existing Pier. This report further requests that the City Council adopt the attached resolution waiving competitive bidding and authorizing the City Manager to negotiate and execute a contract for the reconstruction of the Municfpal Pier and the upgrading of utili.ties. This report also requests that the City Council authorize the Ci~y Manager to negotiate and amend the constxvction management contract with Concept Marine Associates to provide for inspection services during this phase of pier reconstruati.on for an amount not to exceed $200,000. Additionally, the report recommends that the City Council authorize the City Manager to neqotiate and execute a contract with McClelland Engineers, Inc. to provide geotechnical services for an amount not to exceed $40,000. ~ i~ - 1 - OET 2 5 1488 ~ • i Background The 420 foct extension of the west and of the Municipal Pier is the third and final phase of the Pier's reconstruction. Since the time that the City Council conceptually approved the design alternative for the reconstruction of the Pier in May, 1985, the City has followed a phased agproach for its implementation. The first phase, the strengthening and upgrading of the existinq Pier, was completed in October, 1986. The second phase, reconstruction of portions of the Pleasure Pier, was completed in September, 1988. At its March 29, 198s meeting, the City Council approved the desiqn for the Municipal Pier recons~ruction. The desiqn, prepared by Theodore Anvick, Structural Engineers, and Kaplan/McLaughlin/biaz, Architect, cambines a state-of-the-art structural system with the traditional hamm~rhead configuration. The 40,000 square foot extension wi11 be rebuilt using concrete piles and framing, with a timber deck. The piles will be stained a dark brown color to better blend with the existing wooden piles; this method has worked successfully on the P3.easure Pier reconstruction. The design also achieves the objective af praviding fishing balconies at a lower elevation which permits the separation of fishing and other activities. The concern regarding the use of the ramps to the balconies by skateboarders, which was raised during the City Council'B review, has i~een addressed and a non-skid, semi-rough finish will be applied to the wooden ramps. - 2 - . ~ At the time that tha City Council apgroved the Pier Restoration ~ Corparation~s Develapment Plan for tha Pier, the Council approved a capital improvement pragram aimed primarily at upgrading the Pier's platform and infrastructure. The existing utiZities on the Pier, particularly the electrical system, are deterforate8, over-loaded, and outdated. Any new uses on the Piar or restoration of existing buildings would require improvements to the u~ility network. Staff has incorporated the installation of new utilities into this oonstruction contract to allow the restoration to proceed in an organized and timely manner. The method of construction of the Municipal Pier extension will be similar to that of the Pleasure P~.er. A temporary steel trestle will be erected from the beach fnto the water on the north side of the Pier, and the construction will be done from the trestle. This portion of the beach, extending approximately three hundred feet northward fXOm the Pier, will be fenced in and used as a staging area. It will also be necessary to close off the end of the Pier, just west of the Harbor Otfice. Fishing will be available along the west edge of the newly reconstructed Pleasure Fier. All efforts will be made to minimize disruption of aativities on the Pier and the beach during the year long construction period. A Notice Inviting Bids was published on Auc~ust 19 and 22, 1988 in the Evening Outlook and in six (6) construction pubiications. Plans and specifications were issued to twenty-seven (27) - 3 - • • contractors. Bids were opened and read publicly on October 20, 1986, at 3:OO p.m. by the City Clerk. Bids were received as fo].lows: Kfewit Pacific Co. $7,532,000 Healy Tibbitts $8,227,000 Manson Pacific $9,055,363 City Engineer~s Estimate: $5,000,000 Due to the differenaes in the amount of the bids and in the funds available for the project, staff is recommending that all bids be rejected. Staff does not believe that redesigning and readvertising would guarantee meeting the budget for this project since there is such a significant difference between the budget and the bid prices. ~urther, to redesign and readvertise would take approximately faur months. A deiay in the reconstruction process might hinder the momentum of the Pier Restoration Corporation's ePforts now underway. Staff is confident, however, that it can neqotiate a contract which will be in the $5.5 to $6 million range as opposed to the low bid amount of $7.5 million. It appears ~hat there are areas which might yield significant cost savings. For example, minor structural modifications may be made ta reduce the cast of construction. Also, the site furnishings and liqht fixtures appear to be more expensive that anticipa~ed. Tt may be passible to negotiate with other trade names to achfeve a teduction in cost. The specification for the timber decking was more stringent than in the previous contract to ensure qreater - 4 - • ~ uniformity of decking. This resulted in a substantialZy greater , cost which may be a neqotiable item. Minor modi€ications in design might also be made thraugh the negotiation process which may produce significant cost savings. section 6os of the Charter of the City of Santa Monica allows for the declaration by the City Council to contract for Public Works in the open market if, subsequent to advertising and bidding, the work may be so purchased at a lower price. Staff recommends that the City Counci~ make such a finding. Construction Nianagement Staff is recommending that the City Council authorize the City Manager to negotiate and amend the current contract with Concept Marine Associates to provide construction management services for the Municfpal Pier construction. The City Council had approved the selection of Concept Marine Associates in April, 1987, Por construction manaqement of the Pleasure Pier reconstruction. Staff had issued a Request for Proposals to five firms at that time and had recommended Concept Marine Associates following a thorough evaluation process. Concept Marine has proven to be an excellent choice and has demonstrated a high level of competence anc2 commitment to the City in the services provided thus far. Staff has been impressed with the quality of the inspection and the depth of experience in marine construction. The expert~se gained through Concept Marine's work on the previous construction ~ob will help to ensure a timely and on-budget completion of a very complex and highly visible construction project. - 5 - • • The recommended fee of $200,000 ie in line with the $176,460 , contract amount for the Pleasure Pier reconstx~uction. The increase represents a longer construction period• (12 months versus 9 months) and the additional inspection requirements for the utility improvements. Geotechnical services are necessary to allow for proper observation durinq the installation of the piles. Staff is recammending that McCZelland Engineers, the firm that conducted the soil borings and prepared the geotechnical study €or this project, perfoxza these services. The fee of $40,000 is slightly less than the actual cost for these serviaes on the Pleasure Pier construction under a different firm. BudgetfFinancial Impact Appropria~ion authority is available for Muni.oipal Pier Reconstruction in Account N?~m~?er 30-740-625-000-940 in the amount of $4,733,535. At such time when the final contract is negotiated and contingencies defineci, staff will reqnest additional budget transfers, if necessary. Part of this work is eligible for Federal Emergency Management Agency (FEMA) funds. FEMA will pay for seventy-five percent (7B$) of the oost of replacing the Pier to its pre-s~orm condition. Thie means replacement of the timber structural members. Any improvements or additional strengthen3.ng, such as the use of concrete piles and structural system, is considered a betterment and is not e2igible for reimbursement under FEMA regulations. FEMA's approved amount for the reconstruction of - 6 - i • , the Municipal Pier to its pre-storm conctition fs $ 2,402,321; the City will receive 75$ of this amount, or $1,801,741, upon completion of construction. In addition to FEMA fund~, the State Wildlife Conservation Board has awarded a$500,000 matching grant for the fishing pier extension. Recommendation 5taff respectfully recommends that the City Council: 1. Reject alI bids for the reconstruction of the west end of the Municipal Pier and the upgrading of utilities. 2. Adopt the attached resoluti.on waiving competitive bidding of the reconstruction of the west end of the Municipal Pier and the upgrading of utilities. 3. Authorize the City Manager to negotiate and execute a contract for the reaonstruction of the west end of the Municipal Pier and the upgrading of utilities with interested quallfi.ed firms in the open market. 4. Authorize the City Enqineer to issue any necessary change orders to complete additionaZ work in accordance with the Administrati.ve Instruction on Change Orders. 5. At~thorize the City Manager to negotiate and amend the contract with Concept Marine Associates to provide construction management services for an amount not to exceed $200,000. 6. Authorize the City Manager to negotiate and execute a contract with McClelland Engineers, Inc. to provsde geotechnical services for an amount not to exceed $40,000. Pregared by: Stan Scho11, birector of General Servfces Judith Mefster, Pier Manager Desi Alvarez, City Engineer Attachment: Resolution - 7 - ~ • ' GS:SES:JM:mh City CpunCil Meeting 10/25/88 Santa Monica, California RESOLUTION NUMBER (CCS) (City Council Series) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SANTA M~NICA WAIVING COMPETITIVE BIDDING AND AUTHORIZING TH£ CITY MANAGER TO NEGOTIATE AND EXECU'FE A CONTRACT FOR THE RECONSTF2UCTION OF THE WEST END OF THE MUNICIPAL PIER AND THE UPGRADING OF UTILITIES ON THE EXISTING PIER ON THE OPEN MARKET THE CITY COLTIdCIL OF THE CITY OF SANTA MONICA DOES RESOLVE A5 FOLLOWS: SECTION 1. Section 608 of the Santa Monica Charter authorizes the City Council to waive competitive bidding for a public works prpject if, after rejecting bids, the City Council determines that, in its opinion, the materials, supplies, or work may be so purchased or performed at a lower price on the open market or with City employees. SECTION 2. On October 25, 1988, the City Council rejected all bids presented for reconstruction af the west end of the Municipal Pier and the upgrading of utilities on the existing Pier on the ground that the lowest base bid received exceeded the City Engineer's estimate by $2,107,000. SECTION 3. In accordance with Santa Monica Charter Section 608, the City Councii declares and determines that, in its oginion, the pubiic work improvements to the Santa Monica Pier may be performed more economically if purchased in the open market, and waives competitive bidding for the improvements to the Santa Monica Pier and authorizes the City Manager to negotiate and exeaute a contract on the open market. The city - 1 - • • • Engineer believes that a reduction in the bid prices aan be ~ achieved through negotiation due to the apparent high cost af lighting fixtures and site furnishings, stringent timber decking specification, and by makinq minor design modifications to simplify the construction work. SECTION 4. The City Clerk shall certify to the adogtion of this Resolution, and thenceforth and thereafter the same shall be in full force and effect. APPROVED AS TO FORM: ~ ~ ~ ROBERT M. MYERS City Attorney - 2 - ~ • complex. This fact increased the project's priority ranking and assured funding in FX 1988-89. The loan will he dishursed in equal amounts in two phases. The term of the loan is 15 years at an annuaZ interest rate of 6.7329 percent. BUDGETARYfFISCAL IMPACT t7pon receipt of the loans totaling $750,000, the Airport will incur debt which will be repaid over 10 years with the first annual debt service payment due in 1989--90. RECOMMENDATIONS Staff respectfully recommends that the City Council approve the attached Resolution authorizing the City Manager to execute the necessary documents pursuant to the loan agreements. Prepared by: Hank Dittmar, Airport Director Linda Sul~ivan, Sr. Administrative Analyst cc8988/mh The estin~ted costs of this alternati~e, uhich ir.cluAes breakwatPr restoratian, xs ~10.7 n3llxar, wF~~cF uhen fn~lated t~ 79fl6 d~llars u~e~ c~nstruct3on is exper_ted to begir i~ ~71,] n~13i~n. ~znc~ ths~ ~~ter~ati~Q rebuxld~ thE New~orob ~3er xn tinher, reyul~r r~pair end rQplaceroent ~f ~eter~arat~d p~lxngs, ca~s~ an~ a~es would be i-eGuired fnr the Pier ~s uel~ a~ replacenent n;' r~ck on the 6reakwater. The estinated cost ofl repair- an~ ~en°rai n~intenancP wuuad a~erage $ZZ~,O~G a~ear. The stabiliz_a±inn an~ extensxon af the breakuater would ~rovlde for t~~F r~turn 9f lxnxted Yuat~ng actz~3ty around the Pier. Rlternati~.e Z ~nLludes the rec~rv~t:uctzu~ ~f t~e end of ~nth t~e He~cvnG and ~un~~ipal Fiers f~~n e northts~~uth line uest of Si~bad'~ an con~rete. This aiterr,ati~e dvFS not ir~clude 6reakwater ras~oratian. Rs in Rlterna±lve ?, fhe lnuer ~e~k wo~~ld 6e stru~tura~ly inde~en~ent fr~n ttie nur3cipai Fier. By ~enolianirg tF~ renairi~ny +i~~er- sectaon af the Neu~o~b and ~~nici~al Pier w~st of ~inbad's ar~d r~6ualding the entzre 7aQ,~Q~ aquare fe~t in concrete, ~ s±~onger p~er with a lcwer rxsk factnr wa1Z be achieved. Oh1~ has deternine~ t~at the r~sR fact~r fur th~s al*erra~zUe xs 1UL, ~eaning that +he ~ro6abx3i~y of #he Pier suffer~~g 5syn~fic~nt danage i~ o severe st~rn ou~r a pecxnd ^f 5d ~ears a~ ?~%. The den~litaon af portir~~ ~$ the N~~cvn6 pier and Munacipal P~er ~i~l reGuire relncats~n Gf seuer~l °ier businesses and the ~ar6cr trai~er durin~ fhe cans~ructian ~~~16~ a~d uill delay the rEnav~tion c~ the forner ~a6y's uock~ Th~ estY~ated ..aat for alternative ~2 ~s ~17.3 nilliona or ~7Z_4 nilPian in 1~86 d~llars wh~n c.onstr!~ct~~r ~s ex~~c*ed t~ 6egin. lhe cc.:cr~t~ paers w~ll reqLire ~in~rral repa~r and na2ntenance ~itn an 4 ~ ~° • • this Resolution, and thenceforth and thereafter the same shall be in full force and effect. APPROVED AS TO FORM: f~ ti"` v~- Robert M. Myers City Attorney