SR-802-005 (8)~_
~ c~cy or
Santa Monica~
City Council Report
City Council Meeting: August 8, 2006
Agenda Item: ~~
To: Mayor and City Council
From: Craig Perkins, Director - Environmental and Public Works Management
Subject: Award Construction Contract to John S. Meek Company, Inc., and a
Professional Services Agreement for Construction Management Services
to Moffatt & Nichol for the Pier Structural Rehabilitation & Repair Project,
Phase III
Recommended Action
It is recommended that the City Council:
1. award a construction contract to John S. Meek Company, Inc., for structural
rehabilitation and repairs to the Municipal Pier, Phase III, in the amount of
$1,949,865 plus $194,987 (10%) in contingency funds;
2. authorize the City Manager to negotiate and execute a professional services
agreement with Moffatt & Nichol for construction management services in an
amount not to exceed $110,000; and,
3. authorize the City Engineer to issue any necessary change orders to complete
additional work within budget authority.
Executive Summary
In fiscal year 2002-03, the City approved a capital program for Santa Monica Pier
structural improvements. Improvements to the Pier will increase the load carrying
capacity allowing safer access for emergency vehicles. To manage the scope of work
1
and minimize impact to the public, the project was divided into phases. Phase I
consisted of rehabbing the beginning portion of the Pier from the Pier Bridge to the
beach access stairway. Phase II continued structural improvements from the easterly
side of the beach access stairway to a location approximatefy 150 feet westerly. The
Newcomb Pier entrance was also improved. The third phase of the project requires
upgrades to sections beginning at the Beachcomber Restaurant and proceeding
westerly to the waterline, a distance of approximately 200 feet. Staff recommends that
the construction contract be awarded to John S. Meeks Company in the amount of
$1,949,865 plus $194,987 (10%) in contingency, and the Construction Management
Services agreement be awarded to Moffatt & Nichols for an amount not to exceed
$110,000.
Discussion
Due to the condition of the existing wood structure and settfement of deck boards on the
Municipal Pier, steel plates were installed along the weakened areas to distribute the
weight of all heavy emergency vehicles. To traverse the Pier in the weakened area,
vehicles must drive on the steel plates in single-file deployment and at a safe distance
befinreen vehicles. To exit, vehicles must remain on the steel plates and back off the
Pier in single-file order while maintaining separation. The Phase III improvements will
increase the load carrying capacity of the Pier to 40;000 pounds and eliminate the need
for steel plates in upgraded areas.
2
Phase I of the project included additional support and deck replacement from the Pier
Bridge to the beach access stairway. This work was completed on May 31, 2004.
Phase {I addressed two areas. The first area continued structural improvements along
the Municipal Pier from the easterly side of the beach access stairway west, a distance
of about 150 feet. The second area improved the entrance to Newcomb Pier from the
Municipal Pier. This work was completed in the fall of 2005.
Phase III of the project continues upgrading the wooden Municipal Pier from the area
fronting Beachcomber Restaurant to the waterline, a distance of about 200 feet. In
addition, the project includes upgrading utilities such as sprinkler heads and valves
under the Pier and structural repairs including lateral bracing and decking on Newcomb
Pier. Phase III is scheduled to be begin in September 2006, and be complete by
Memorial Day 2007.
Previous Council Actions
On Januar~ 27, 2004, the City Council authorized a professional services agreement
with Moffat and Nichol to provide engineering design services for the Pier Structural
Rehabi~itation and Repair project. On February 24, 2004, the City Council awarded a
construction contract with New Creation Builders for Structural Improvements (Phase I)
to the Municipal Pier Roadway. On Auqust 9, 2005, the City Council awarded a
construction contract with John S. Meek Company, Inc., for the Pier Structural
Rehabilitation and Repair Project, Phase II.
3
Contractor Selectio
A Notice Inviting Bids for construction was published on May 18 and 20, 2006 in the Los
Angeles Times. Bidding documents were sent to eight contractors. The City C1erk
received two bids which were opened publicly and read aloud on June 14, 2006. The
bid results were as follows:
1. New Creation Builders $2,394,000
2. John S. Meeks Company, Inc. $1,949,865
City Engineer's Estimate $2,000,000
Bids were evaluated on competitive pricing, understanding of the projecYs scope, direct
experience on similar projects, approach to the work, technical competence,
qualifications of the proposed staff and the ability to meet the required time frames.
Based on these criteria, John S. Meek Company, Inc., is recommended as the best
overall bidder. John S. Meek Company, Inc., supplied the City with the names of
previous similar projects. These projects include the Newport and Balboa Piers for the
City of Newport Beach, the Municipal Pier for the City of San Clemente, and the
Redondo Pier repair for the City of Redondo Beach. In addition, John S. Meek
Company, Inc., has recently completed three projects at the Santa Monica Pier
providing cat walks and repairs to the Pier substructure over the west end of the Pier,
and performed work on Phase II of the Pier Structural Rehabilitation Project. City staff
contacted references and all respondents reported that the quality of work from John S.
Meek Company, Inc., was exceltent and that work was completed in a timely and cost
4
efficient manner. Staff also contacted the Center for Contract Compliance and found
John S. Meek Company, Inc., in good standing and capable of handling labor
compliance issues. The California Contractor's State License Board verified that the
Contractor's license is active and in good standing.
Consultant Selection
On May 24, 2006, a Request for Proposals was issued to Caltrop, Black and Veatch,
and Moffatt & Nichol for construction management services of the Pier Structural
Rehabilitation & Repairs Project, Phase III. All three firms submitted proposals by June
14, 2006. The selection committee, comprised of Civil Engineering and Architecture
staff, reviewed the proposals. Selection criteria included direct experience on similar
projects, staffing efficiency, cost of services, technical competence, understanding of
the project's scope, approach to the work, qualification of proposed staff, and the ability
to meet required time frames.
Based on the proposals, the selection committee recommends Moffatt & Nichol to
provide construction management service for this project. Moffatt & Nichol has
extensive experience on heavy marine projects such as Stearns Wharf Fire Damage
Repairs in Santa Barbara, Seal Beach Pier Fire Damage Repairs, Gaviota State Park
Pier, and Queensway Bay Pier in Long Beach, as well as the first finro phases of the Pier
Structural Rehabilitation Project.
5
Budqet/Financial Impact
FUNDS REQUIRED:
Construction Contract (with 10% contingency) $2,144,852
Professional Services Agreement $110,000
Total Funds Required $2,254,852
Funds in the amount of $2,254,852 are available in account M300645.589000 -
"Pier Structural Rehab/Repair"
Prepared by: James Creager, P.E., Civil Engineer
Approved:
Forwarded to Council:
; '~
,
Craig Perkins `" ~-'~P.
Director-J Environmental and Public Ci
Works Management Department
nt Ewell
iager
6
e erenc e ontract
o.
ee o.
.
o att lc o