Loading...
SR-802-005 (9) GS:SES:JM:mh Council Meeting: 04/28/87 ,..z APR 2 8 1987 Santa Monica, California /""11 TO: Mayor and City Council FROM: City Staff SUBJECT: Recommendation Negotiate and Anvick and Architectural Reconstruction Related Budget to Authorize the City Manager to Execute a Contract with Theodore E. Kaplan/McLaughlin/Diaz to Provide and Engineering Services for the of the Municipal Pier and to Authorize Transfers Introduction This report presents a summary of the process used to select architectural and engineering services for the reconstruction of the Municipal Pier. The report recommends that Council authorize the City Manager to negotiate and execute a contract with Theodore E. Anvick, structural Engineers and Kaplan/McLaughlin/Diaz, Architect for a sum not to exceed $224,500 and to authorize related budget transfers. Background In May, 1985, the City Council conceptually approved the design alternative for the reconstruction of the Pier. The recommended alternative includes rebuilding in concrete the 45,000 square foot portion of Newcomb pier lost in the storms, reconstructing the west end of the Municipal pier in concrete, and strengthening the existing pier west of the mean high tide line in timber. The alternative also calls for rebuilding 900 feet of the existing breakwater at 6 feet and extending it 300 feet to the south. The ci ty Council adopted a resolution certifying the Final - 1 - 1- "Z ArR 2 8 1987 Environmental Impact Report for the Reconstruction proj ect on April 22, 1986. staff had presented a phased process for implementing the reconstruction project. The strengthening and reconstruction of Newcomb pier was recommended as the first phase since the work on the Pier's primary commercial area will offer opportunities to generate new sources of revenue for the Pier. A contract for the strengthening construction work was completed by Healy Tibbitts in October, 1986. The final working drawings and construction documents for the reconstruction of Newcomb Pier, which have been prepared by Daniel Mann Johnson & Mendenhall, are scheduled to be out to bid later this spring. staff will be recommending that the construction contract be awarded at the beginning of the summer but that actual construction be delayed until the end of the summer season to minimize impacts to visitors to the pier and the beach. This scheduling of construction activity is one of the mitigation measures included in the Final Environmental Impact Report. Selection Process The design of the final portion of the pier reconstruction, the rebuilding of the west end of the Pier, is included in the City's Capital Improvement Program for FY 1986-87. Staff invited five firms with experience in coastal engineering to respond to a Request for Proposals (RFP) which was issued in December, 1986. Four firms submitted proposals in January, 1987: Daniel Mann Johnson & Mendenhall: Theodore E. Anvick and Kaplan/McLaughlin/Diaz: Don Hellmers Engineering: and Moffatt and - 2 - Nichols. A Selection Committee consisting of the Director of General Services, the City Engineer, the Executive Director of the pier Restoration Corporation, and the pier Manager interviewed each of the four firms. The selection process was a difficult one since all of the firms are highly qualified and capable of providing the required services. Each of the proposals was rated against criteria contained in the RFP such as the experience of the firm, its demonstrated track record in meeting proj ect schedules and in making accurate construction cost estimates, the qualifications of key personnel and subcontractors, the responsiveness to the budget, and the responsiveness to the RFP topics. Following a rigorous analysis and reference check, staff is recommending the selection of Theodore E. Anvick, Structural Engineers with the architectural firm of Kaplan/McLaughlin/Diaz as sub-consultant. Theodore E. Anvick ranked very high in terms of the firm's experience with projects of similar scope and complexity and the firm's ability to meet project schedules as well as design projects in accordance with the allocated budget. A particularly strong feature of the firm is the commitment of the principal, Theodore E. Anvick, to direct all aspects of the planning and design work. Mr. Anvick has over thirty years of experience in structural engineering, including the design of complex marine structures with particular emphasis on concrete systems. An additional consideration which had emerged as a significant factor during the engineering for the Newcomb pier is the analytic capability and computer resources of the firm. Given - 3 - the complex set of forces (seismic, wave, and gravity) as well as the special consideration of joining the new concrete structure with the timber pier, the ability of the firm to develop a three-dimensional computer model with the facility to analyze several alternative structural systems is essential to the development of a design which will be both cost-effective and accommodate the required loads and use requirements. Theodore E. Anvick has specialized expertise in developing innovative structural systems. The firm has engineered a wide range of structures including offshore facilities such as piers, ships, transmission towers and bridges. Specific projects include Humboldt Bay Coast Guard station and Boat Basin, Humboldt Bay Marina Dock and Wharf, a 190,000 ton LNG ship mooring in Nigeria, a floating hotel in Singapore, and an offshore drilling platform in Santa Barbara. In addition, the City has had prior experience working with Theodore E. Anvick and has been very satisfied with the firm's performance. The other consideration which persuaded the Selection Committee to give top ranking to Anvick is the strong architectural component provided by the firm of Kaplan/McLaughlin/Diaz. The rebuilding of the Municipal pier provides the opportunity to not only restore the heavily used landmark, but to provide a showcase facility. Although the scope of the engineering work is limited to the platform and utilities, it is critical that architectural detail be considered as part of the design of the new structure. The west end of the Pier, by its siting, claims Santa Monica's place along the coast. This offers the pier a high degree of - 4 - visibility as well as an opportunity to look back upon the city. staff believes that the expertise of Kaplan/McLaughlin/Diaz will contribute significantly to the achievement of an exciting and inviting design which will maximize opportunities for enjoyment of the marine environment. Kaplan/McLaughlin/Diaz has considerable experience in planning and designing coastal marine projects. Specific examples include pier 45 in San Francisco, piers 1-1/2, 2, and 3 in San Francisco, and Harbor Bay Isle in Alameda, California. Scope of Services The architectural and engineering services include the following scope of services: A. Detailed Design Development Services 1. Review of previous reports, studies, tests, construction documents to formulate design criteria. 2. Determination of structural, mechanical, electrical, and plumbing systems in consultation with City staff and pier Restoration Corporation to incorporate future load and use requirements. 3 . Design and development of detailed drawings for architectural, structural, mechanical, plumbing, and electrical systems. 4. Preparation of construction cost estimate and construction schedule. 5. Completion of all required structural calculations. 6. Attendance at four public meetings to present and - 5 - describe the project as necessary at various stages of design development. B. Construction Contract Documents 1. Based on approved design development documents, completion of all working drawings and specifications suitable for bidding. 2. Preparation of final estimate of construction cost. 3. Obtainment of final approvals and permits. C. Bidding and Construction Administration 1. Cooperation with the city's Construction Manager in administering the competitive bidding process and the construction contract. The proposed lump sum fee for these services is $224,500. The estimated cost of construction for the Municipal Pier and utilities is $3.6 million. The estimated time for performance of the design work is six months. Budget Impact Funds in the amount of $162,000 are available in Account 30-740-625-000-927 for Municipal pier Design. This amount was included in the FY 1986-87 Capital Budget as an estimate of the engineering fee and is reflective of the allocation made during budget preparation of available funds for pier Capital Projects. staff recommends that Council authorize the transfer of $62,500 from Account 30-740-625-000-925, Newcomb pier Reconstruction. As indicated earlier, the award of the construction contract for Newcomb pier will likely coincide with the adoption of the FY - 6 - 1987-88 budget and, if necessary, budget adjustments could be requested at that time. Of the $224,500 engineering fee, approximately $76,000 is eligible for reimbursement by the Federal Emergency Management Agency. Recommendation staff respectfully recommends that Council: (1) Authorize the City Manager to negotiate and execute a contract with Theodore E. Anvick and Kaplan/McLaughlin/Diaz to provide architectural and engineering services for the reconstruction of the Municipal Pier for a lump sum amount of $224,500; (2) Authorize the transfer of $62,500 from Account 30-740-625-000-925 to Account 30-740-625-000-927. Prepared by: stan scholl, Director of General Services Judith Meister, pier Manager Desi Alvarez, City Engineer - 7 -