Loading...
SR-04-08-2014-3BCity of City Council Report Santa Monica City Council Meeting: April 8, 2014 Agenda Item: To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Professional Services Agreement for Concept Design and Feasibility Analysis for the City Services Building Project Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a professional services agreement with Hathaway Dinwiddie Construction Company, a California -based company, in an amount not to exceed $258,500 (includes a 10 % contingency) for initial design, cost estimation services, and feasibility analysis for the City Services Building. This agreement would be the first of three phases in the design -build delivery method, with the final phases being executed under a design -build contract. 2. Authorize the Director of Public Works to issue any necessary modifications to complete the work within budget authority. Executive Summary On March 27, 2012, Council authorized staff to seek proposals for initial design and cost estimates for a City Services Building located on the site just east of City Hall. On October 8, 2013, staff issued an Information Item detailing the proposed design build delivery method for the design and construction of the City Services Building. This agreement would be the first phase which includes concept design, cost estimation services, and feasibility analysis. Staff recommends Hathaway Dinwiddie Construction with Frederick Fisher Partners as the best bidder to provide these phase one services for the City Services Building in an amount not to exceed $258,500. Background On June 28, 2005, Council adopted an update to the 1993 Civic Center Specific Plan (CCSP). The 1993 and 2005 updated CCSP identified the need for a City Services Building of approximately 40,000 square feet to be constructed next to City Hall. The City leases over 50,000 square feet of office space throughout the city to accommodate administrative staff. Besides the inefficiency of disparate work locations, 1 there is substantial cost associated with the leases as documented in a report presented to Council on October 13 2007. In FY 2012 -13 the City spent approximately $2.4 million in off -site leased office space. On March 27, 2012, Council authorized staff to seek proposals for initial design and cost estimates for a City Services Building located on the site east of City Hall. On October 8, 2013, staff issued an Information Item that a design build process would best serve this multi- faceted project. The design build approach offers efficient project delivery, diverse expertise, team member continuity and accountability. The City has benefited from a number of design build projects in recent years including: the Big Blue Bus Facility Expansion, the Main Library Construction, Parking Structure 6, and the Tongva Park and Ken Genser Square project. Discussion The expert continuity provided in a design build approach is important given the challenges associated with the proposed site for the City Services Building. These issues include: underground regulated materials, historic preservation requirements, and impact to the critical utilities system feeding City Hall and the Public Safety Facility. Additionally, team continuity increases the reliability of the estimates, ensures consistent responsibility for the work, and eliminates delays resulting from construction bidding processes. Design -build delivery creates a single point of responsibility in the design - builder, creating simplified risk assignment, clearly advantageous to the City. Design Build Team Selection On December 12, 2013, a Request for Bids (RFB) was issued for the selection of a design build team to provide initial design, cost estimating services, and feasibility analysis for the City Services Building to be located on the site east of City Hall. The RFB was posted on the City's online bidding website and in the Santa Monica Daily Press in accordance with the City Charter and Municipal Code provisions. A total of 47 individuals attended the pre -bid job walk held on December 18, 2013. 2 On January 14, 2014, bids from seven design build teams were received and publicly opened: Phase I - Phase II - design Phase III — construction concept design (% of design GMP) & permitting & feasibility (% of construction analysis GMP) Morley Construction with $250,000 2.00% 2.00% Levin Associates Architects W.E. O'Neil Construction of California with Skidmore $230,460 2.40% 2.40% Owings and Merrill Pankow Construction with Nadel Architecture & $190,000 2.00% 2.90% Planning Hathaway Dinwiddie Construction with Frederick $235,000 5.95% 2.95% Fisher and Partners Architects Bernards Builders and Management Services with $343,000 2.50% 3.25% Pfeiffer Partners Architects Griffin I Swinerton Construction Joint Venture $627,000 0.75% 3.10% with DLR Group Balfour Beatty Construction $395,000 4.45% 4.45% with BNIM Architects Representatives from the City Manager's Office, the Public Works Department and the Vice Chancellor of Facilities of University of California at Santa Barbara formed an evaluation committee and evaluated bids based on the published criteria including demonstrated: • Ability, capacity and skills of the proposed team. • Quality of the design, technical and management services offered. • Ability of the proposed team and members to successfully create public and civic offices /spaces with projects involving additions to designated historic buildings. • Team cohesiveness as proven by working relationships and previous successful mutual projects. 9 • Ability and methodology to successfully design and construct to a given design program within budget and time constraints. • Capacity of the team to provide the services promptly and without delay or interference. • Character, integrity, reputation, good judgment, training, experience and efficiency of the team. • Commitment to sustainable building. • Availability of lead firm and design build team. • Sufficiency of the team's financial resources. • Fee. The evaluation committee shortlisted two teams: W.E. O'Neil Construction of California with the design firm of Skidmore Owings and Merrill, and Hathaway Dinwiddie Construction Company with the design firm of Frederick Fisher and Partners Architects. On March 3, 2014, the evaluation committee interviewed these two teams. The evaluation committee focused on the most relevant firm experience and the best fit for the City Services Building. Based on the evaluation criteria and the shortlist interviews, the committee recommends the team of Hathaway Dinwiddie Construction Company (HDC) with Frederick Fisher and Partners Architects (FFP) as the best bidder. Bids were evaluated largely on overall qualifications. To put the fees into context, the Phase I fee is a lump sum for the feasibility, concept design and cost estimates. Phase II is a fixed percentage mark up for the design phase only. A design guaranteed maximum price of $3 million was assumed to evaluate this number (Attachment A). Phase III is a fixed percentage mark up for the construction phase only and a construction guaranteed maximum price of $30 million was assumed (Attachment A). The recommended team of HDC and FFP submitted a bid estimated at approximately $388,500 over the lowest bid — a difference representing less than 1 % of the total project cost of approximately $45 million. These assumptions allow comparison of probable fee differentials over all three phases. 12 Hathaway Dinwiddie Construction Company is a 102 year -old firm based in California. A sample of government clients include: The General Services Administration, The County of Santa Clara and Elihu M. Harris State Office Building in Oakland. The firm has extensive construction experience with academic and private sector clients including: buildings for the University of Southern California, University of California Irvine, California Institute of Technology, Stanford University, and Emerson College Los Angeles Campus. Hathaway Dinwiddie corporate clients include Disney Corporate Real Estate, Agensys Inc., Pixar Animation Studios, Tishman Speyer Properties, Kilroy Realty, The Irvine Company, Wilkes Bashford, and Amgen, Inc. In addition to an extensive list of corporate and academic clients, the firm has constructed iconic buildings including the Getty Center, the original Getty Villa as well as the Transamerica Pyramid and Grace Cathedral in San Francisco. Staff contacted reference agencies and all respondents reported Hathaway Dinwiddie's work was completed in a timely and cost - efficient manner while maintaining consistent quality. Additionally, references noted the firm's ability to negotiate complex project requirements. Frederick Fisher and Partners Architects (FFP) has created sustainable modern structures compatible with historic buildings. The firm has worked on municipal projects with the City of Santa Monica. FFP previously worked with The Historic Resources Group on the Annenberg Beach House project for the City and has teamed up with The Historic Resources Group on this proposal for the City Services Building. Additionally, FFP was on the team of designers for Tongva Park and Ken Genser Square. FFP clients include Otis College, California Institute of Technology, Princeton University, Crossroads School, The University of Virginia and The Walt Disney Company. The team of Hathaway Dinwiddie with Frederick Fisher and Partners Architects has the most qualified team members and the best experience with similar types of projects in addition to competitive fees for the project. The proposed team's staff members have very strong background and skills utilizing the design build process, creating sustainable architecture and design as well as crafting additions to historic structures and campuses. They have worked together successfully on the completed Caltech 5 Annenberg Center for Information Science and Technology in Pasadena and are currently the design build team on the Buckley School Auditorium in Sherman Oaks. The new City Services Building would be a sensitive and appropriate addition to the historic City Hall building and a model of sustainable architecture for the community. This proposed team has the background and experience to facilitate the design and construction of a 21St century civic workplace building that would create synergy and efficiency for both the staff and the public. With Council authorization of this agreement, Hathaway Dinwiddie Construction Company, with Frederick Fisher and Partners Architects, would conduct an analysis of the proposed site including a geotechnical report and professional surveyor services. This feasibility analysis would include a full survey of the site, identification of existing underground utilities and floor elevation locations of the City Hall and the adjacent Public Safety Facility as well as environmental services (including a hazardous materials survey, regulated materials testing and report). The team would recommend strategies for building upon the site in conjunction with concept designs. This is a phased agreement and staff would return to Council at the conclusion of the Phase I feasibility analysis and concept design for direction and authorization to continue to Phase II design services. The final project amount would be modified by two guaranteed maximum prices: one for the design services (Phase ll) and a second guaranteed maximum price for construction (Phase III) with Council approval and authorization at each phase. Staff would work with the design build team to develop alternatives and tradeoffs due to complex site conditions including: the former underground police firing range, integration of the proposed structure with City Hall, space maximization and the cost benefit analysis of various sustainable building strategies. Next Steps Upon Council approval of the recommended design build team, staff anticipates the following next steps to achieve new building occupancy: M • Return to Council with a presentation of the feasibility analysis, initial design and cost estimates and recommendation of a financing strategy (December 2014). • With Council approval, staff would negotiate contract terms and a guaranteed maximum price (GMP) for design costs for architectural and engineering design services with the design build team (January 2015). ® Phase II of the project for design services would begin after Council approval of the GMP for design costs. Throughout the design services phase, staff would return to Council to present designs, cost estimates, and financing strategies. ® Staff would return to Council for approval of the GMP for construction and permitting (Phase III). Financial Impacts & Budget Actions The agreement to be awarded to Hathaway Dinwiddie Construction Company is for an amount not to exceed $258,500 (includes 10% contingency). Funds are available in the FY 2013 -14 Capital Improvement Program budget in account P014083.589000. Prepared by: Brooke Sween - McGloin, FAIA, CIP Project Manager Approved: Martin Pastucha Director of Public Works Attachment A: Fee Cost Analysis rA Forwarded to Council: Rod ould City Manager td Q 0 U w w LL Q c w t N Y Z� c ro e O o o 0 0 ° ° o m ° v, o O O Y V O Lfl M M m o m d d o m m m m rn mO es m ait vT U c 0 c o 0 °o 0 p°o p°o 0 °p 3 ^ ° m 1� n M O O n N N N O ^ m to m to bq ° O m u o ° ° p o °o °o, o ° m M N N O m m m m A m ° tm/T tm/F r-I lmR w O 00 O O O O O p \ to Vt O O O O r In ,O c C v N 00 N W 3 °0 O C °o ° d S N N Q Ol co w ° O O o O z v ❑ v \ 3° o `° v 0 p o o a N w v i p 7 d' O O O O N LL! H M N N M t/T uymj} � O p O O 'd o o o o °p o o 'm °o C O N 0 N l0 Ot JO O U b9 M V V u ro e a o w _ x a o$ w w 3 w o 3= en m _ 2 a c en Q@ w ma�to maw roo �3 CL g mo �` u° ❑ a U a N u W a W p 'u u �asodoid aa� „ {esodoad wog; saaj Reference: Agreement No. 9886 (CCS)