Loading...
sr-032012-3g1W dam Y City Council Report Cit of Santa Monica`° City Council Meeting: March 20, 2012 Agenda Item: 3G To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Construction Management Services for Parking Structure 6 Recommended Action Staff recommends that the City Council authorize the City Manager to negotiate and execute a contract with Kitchell, a California -based company, in an amount not to exceed $1,099,648 (includes a 10% contingency) for construction management services for the demolition and rebuilding of Parking Structure 6. Executive Summary On June 30, 2009, Council approved a contract with Morley Construction Company as the design - builder for the rebuild of Parking Structure 6. In preparation of rebuilding Parking Structure 6, a construction management firm is needed to assist the City in monitoring the work of the design - builder. In July 2011, a Request for Qualifications was issued to develop a prequalification list to solicit qualified construction management firms to provide proposals to rebuild Parking Structure 6. Staff recommends Kitchell to provide construction management services for Parking Structure 6 in an amount not to exceed $1,099,648. Demolition of the existing parking structure is scheduled for mid - March 2012, with rebuilding efforts to follow. The project is expected to be completed in late 2013. Background On February 28 2006, Council approved the Downtown Parking Program and authorized staff to proceed with the next steps of implementation. The Program recommended that Parking Structures 1 and 6 be demolished and rebuilt in the same locations with additional spaces. The structures were to include ground floor retail, bicycle storage facilities, and solar panels on the roof. 1 On May 9, 2006, Council approved the Environmental Impact Report (EIR) for the Parking Program at Parking Structure 6. The EIR analyzed an envelope of three levels below ground and up to eight levels above ground. On June 30, 2009, Council approved Design -Build Contract No. 9212 (CCS) with Morley Construction Company, in an amount not to exceed $195,000, to provide preconstruction services for Parking Structures 1 and 6. On September 8 2009, Council adopted the Walker Parking Study recommendations regarding managing and planning of future parking needs. Reconstruction and expansion of Parking Structure 6 was among the Walker Parking Study recommendations. On November 10, 2009, Council directed staff to rebuild only Parking Structure 6 based on the parking needs identified in the Walker Parking Study. On May 11, 2010, Council approved a Guaranteed Maximum Price (GMP) to the contract, in the amount of $3,694,350, for architectural and engineering design services of Parking Structure 6. The design team includes International Parking Design, Inc., as the parking designer and Behnisch Architekten as the architect for the design elements. On January 11 2011, Council approved the proposed conceptual design for Parking Structure 6. On April 26 2011, Council approved the proposed schematic design and granted an appeal approving the conditional use permit for Parking Structure 6. On July 26, 2011, Council reviewed the 50% design development plans and directed staff to move forward with construction documents. On September 27 2011, Council approved an amendment to the contract for construction services for a GMP amount of $39,276,453. The revised contract amount for Design -Build Contract No. 9212 (CCS) with Morley Construction Company is $43,165,803. Discussion On July 22, 2011, a Request for Qualifications (RFQ) for construction management services for various City projects was issued. The RFQ was published in the Santa Monica Daily Press and posted on the City's online bidding website. A total of 38 firms 2 responded to the RFQ. A selection committee consisting of Public Works staff reviewed the qualifications and developed a prequalification list of qualified construction management firms. Three firms (Kitchell, Swinerton, and Vanir) from the prequalification list were asked to provide proposals for construction management services of Parking Structure 6. Firms Proposals Kitchell $999,680 Swinerton $1,075,200 Vanir $1,406,000 Upon reviewing the proposals and meeting with the firms, staff recommends Kitchell based on their proposal, experience, references, and qualifications of the proposed construction management team. The proposed construction management team includes one project engineer ($110 /hr.), one project inspector ($100 /hr.), and one project support assistant ($74 /hr.) who will be on the project full -time from March 2012 to December 2013. Kitchell has completed 625 construction management projects in the public sector (over 400 in California) with total valuation of over $12.7 billion. These projects included parking structures, courts, municipal office facilities, K -12 schools and higher education facilities, civic centers, detention and criminal justice, healthcare, sports complexes, police and fire stations, and performing and multicultural arts centers. Some of Kitchell's clients included the State of California, City of Merced, City of Novato, City of Yucaipa, County of Riverside, Madera County, Shasta County, San Jose Unified School District, San Bernardino Community College District, Pomona Unified School District, and California Department of Corrections and Rehabilitation. Parking Structure 6 was closed on February 13, 2012, to allow for demolition and reconstruction work. Demolition of the existing parking structure is scheduled to begin in mid -March 2012. The project is expected to be completed in the end of 2013. 3 Financial Impacts & Budget Actions The contract amount to be awarded to Kitchell for construction management services for Parking Structure 6 is $1,099,648 (includes 10% contingency). Funds are available in the FY2011 -13 budget at account 0044049.589000, Parking Structure 6 Construction. Prepared by: Karen Domerchie, CIP Project Manager V Forwarded to Council: Martin Pastucha Rod Gould Director of Public Works City Manager 51 Reference Contract No. 9559 (CCS).