SR-307-002-04-01
PCD:SF:AA:F:\PLAN\ADMIN\CIVCTR\CCPARKING\CONTRACTOR\AWARD(5).DOC
Council Meeting: October 23, 2001 Santa Monica, California
TO: Mayor and City Council
FROM: City Staff
SUBJECT: Contract with ARB for Design-Build Services for the proposed Civic Center
Parking Structure Project.
INTRODUCTION
This report recommends that the City Council authorize the City Manager to negotiate and
execute a contract with ARB, Inc. for design-build services for the proposed Civic Center
Parking Structure, in an amount not to exceed $4,100,000, including contingencies.
BACKGROUND
On March 27, 2001, the City Council approved a preliminary financing plan for the Civic
Center Parking Structure and authorized the hiring of a project/construction manager for
the project. The necessity to complete earthquake retrofitting of the downtown parking
structures require that the City move forward immediately with the development of a new
parking facility in the Civic Center. The parking structure is proposed to be located on the
City-owned site bounded by Fourth Street, Civic Center Drive, Avenida Mazatlan and
Olympic Drive (see Attachment A: Aerial of Site). It is anticipated that the site will
accommodate an approximately 300,000-square foot, 900-space parking structure of one
and one-half levels below grade and five levels above grade with rooftop parking.
1
DISCUSSION
A Notice Inviting Bids for design-build services for the Civic Center Parking Structure was
published and sent to twenty-one design and construction firms. The scope of work
contained in the Notice Inviting Bids required that each bid include an integrated team of
parking designers, exterior architects, and construction general contractors. The City
received five design-build bids. A review team composed of staff from Environmental and
Public Works Management, Planning and Community Development and the City
Manager’s Office reviewed the bids and narrowed the field to three design-build teams,
who were interviewed by staff. In addition, the staff team visited completed projects with
the finalists’ proposed exterior architects.
As a result of this process, staff recommends that a team headed by ARB, Inc. be selected
for this project on the basis of the City’s best bidder criteria, as set forth in Santa Monica
Municipal Code Section 2.24.072, as follows:
1. The ARB team has submitted a competitive price for fees related to preconstruction
services, design services, and construction fees of the general contractor and
concrete contractor;
2. The ARB team is of the highest quality. ARB has extensive experience and is an
industry-leader in the construction of concrete parking structures, with construction
methods that help to ensure economy and quality in parking structure construction.
Moore Ruble and Yudell, proposed as the exterior design architect, is an
internationally recognized architecture firm based in Santa Monica that has
completed a wide variety of award-winning projects. International Parking Design,
proposed as the parking design architect, is one of the country’s largest and most
experienced parking design specialty firms. The team also includes structural, civil,
mechanical and electrical engineers, landscape designers, and sustainability,
lighting and geotechnical consultants.
2
3. The ARB team has an excellent track record in the development of public facilities;
4. The ARB team has proven methods for completing projects in a timely manner;
5. The ARB team has strong financial resources to complete the project;
6. The members of the ARB team have a reputation for strong character and integrity
in the development of their projects; and
7. The ARB team has demonstrated strong integration of the team members, which
will be a critical factor if the project is approved and moves forward into
construction.
The proposed contract amount includes the contractor’s pre-construction services, all
design fees, and the general contractor’s and concrete contractor’s construction fees.
Compliance with CEQA and further approval of the project, including review by the City
Council, Planning Commission, Architectural Review Board and Coastal Commission, will
be a condition precedent to the payment of construction fees. Pursuant to the
reimbursement resolution adopted by the City Council on March 27, 2001, the design and
construction costs are planned to be funded by a bond issue supported in part by the
Redevelopment Agency.
NEXT STEPS
Following execution of the contract, the team will begin the preparation of schematic
designs. Prior to formal design review by the appropriate discretionary bodies, community
workshops will be held to encourage public participation in the development of the
schematic designs. Once public and CEQA review has been completed, staff will return to
Council with the schematic design, proposed guaranteed maximum price, and the
3
necessary actions for issuance of the lease revenue bonds that will fund the project. Staff
hopes to have this project ready to begin construction in late 2002, once the Public Safety
Facility construction has progressed to the point that the parking structure site can be
made available for this project.
BUDGET/FINANCIAL IMPACT
Staff recommends that $3.0 million dollars from FY 00-01 General Fund Savings and
$1.1 million dollars from the General Fund “Major Capital Projects” designation be
transferred to CIP account C01056202.589000, Civic Center Parking Structure. Pursuant
to the financing plan approved by the City Council (Resolution No. 9363), pre-construction
expenditures may be reimbursed by future project lease revenue bond proceeds.
RECOMMENDATION
It is recommended that the City Council authorize the City Manager to negotiate and
execute a contract with ARB, Inc. for design-build services for the Civic Center Parking
Structure, in an amount not to exceed $4,100,000, including contingencies.
Prepared by: Suzanne Frick, Director, Planning and Community Development
Andy Agle, Assistant Director, Planning and Community Development
4
ATTACHMENT A: AERIAL OF SITE
Doubletree Hotel
Fourth Street
SITE
County
Courts
5