Loading...
SR-6K (12) , ." . , l f C 'l -" EPWM:CP:LR:gs.CC1427 [G:LDR\WP51] Santa Monica, California Council Meeting: July 12, 1994 TO: Mayor and City council FROM: City Staff SUBJECT: Recommendation to Authorize the City Manager to Negotiate and Execute a Professional Services Contract for the Preparation of Design and Construction Bidding Documents for Parking structure #5 INTRODUCTION This report recommends that the City Council authorize the city Manager to negotiate and execute a professional services contract with the firm of Zeballos and Smulevich Architects for the preparation of design and construction bidding documents for Parking structure #5. BACKGROUND The downtown parking structures were built in the 1960's and have deteriorated through the years. Currently, the parking structures appear dark, unclean and generally "unappealing" to users. The parking structures are often the first point of contact for visitors to the Third street Promenade and The Bayside District, and they do not portray the positive image of the revitalization that has taken place within the District. During the FY 1993-94 budget preparation, funding for major maintenance upgrades to the parking structures adjacent to the Third Street Promenade was approved by the city Council. Following 1 ." "1;' (;:" ; .. ,~FJ~\ ,< , " ~."- ":.. discussions with the Bayside District Corporation (BDC) and city staff which included numerous inspections of the parking structures, it was determined that the most effective use of the available resources would be a focused effort on one of the more heavily used parking structures to demonstrate the potential impact on its attractiveness and overall maintenance. Parking structure #5 is located at 1440 4th street, between 4th street and 3rd Court, north of Broadway. Vehicular access is from 4th street. However, pedestrians can enter and exit the structure from 4th street or 3rd Court. High levels of pedestrian traffic use this Parking structure to access the Third street Promenade and other local businesses through convenient pedestrian walkways. This demonstration project will focus on the lower two levels of parking structure #5 and result in a program of capital improvements intended to ease maintenance, enhance aesthetic features and become the prototype for the other five structures. The scope of work includes increasing the light levels, and replacing deteriorated floor and wall tiles in the lobby, rest rooms , stairwells and parking areas to create a brighter environment and a more easily maintainable facility. The scope of work also includes remodeling the restrooms, installing new fixtures and increasing lighting and ventilation. staff will evaluate alternate materials to enhance ease of maintenance, vandal resistance and aesthetics. Improving graphics and signage will be 2 a key component of this project. Also, the new attendant parking program and the seismic testing and potential upgrade project will be coordinated with this work. DISCUSSION A Request for Qualifications (RFQ) was distributed to fourteen firms on December 23, 1993. Responses were submitted by three firms including Zeballos and Smulevich Architects, Oakes and Associates and Sam Tolkin Architect. The review committee included the City Engineer, the Cultural Arts Administrator, and the Asset Manager from the Resource Management Department as well as three representatives from the Bayside District Corporation including the Executive Director, one Architect and one Property Manager. The review committee recommends selecting Zeballos and Smulevich Architects. Their qualifications and proposal best adhere to the requirements of this project. Similar projects recently completed by the Zeballos and Smulevich design team include MacArthur Court Parking Structure in Newport Beach, MCA Laramie Canyon Parking Structure in Universal City, Broadway/Spring Center in Los Angeles and the Community Hospital Parking Structure in Ventura. BUDGET/FINANCIAL ANALYSIS The funds needed for this contract with Zeballos and Smulevich Architects for preparation of the construction bid documents for 3 ~- , Parking structure #5 are: FUNDS REQUIRED Negotiated Amount. . . . . . . . . . $ 69,40S.00 Contingencies and Reimbursable Expenses (10%) . . . . . $ 6.940.00 TOTAL $ 76,345.00 Funds are currently available in CIP Account No. 01-770-263-20094- 8900-99044, "Third Street Mall Improvementsft, in the amount of $1,016,000. The cost of construction is estimated at $350,000. RECOMMENDATION Staff recommends that the City Council authorize the City Manager to negotiate and execute a professional services contract with Zeballos and Smulevich Architects for the preparation of design and construction bidding documents for Parking structure #5. Prepared by: Craig Perkins, Director of Environmental & Public Works Management Department Jeff Mathieu, Director of Resource Management Anthony Antich, city Engineer 4