SR-03-24-2015-3Ftmm
City of
Santa Monica'
To: Mayor and City Council
From: Susan Cline, Interim Director of Public Works
6.
Agenda
Subject: Professional Services Agreement for Transportation and Parking Service
(TAPS) Center Tenant Improvement Project at Parking Structure No. 5
Recommended Action
Staff recommends that the City Council:
1. Award Request for Proposals (RFP) SP #2363 to Studio Jantzen, a California -
based architectural design firm, to provide design services for the Transportation
and Parking Services Center (TAPS) Tenant Improvement project located on the
ground floor of the Parking Structure No. 5.
2. Authorize the City Manager to negotiate and execute a professional services
agreement with Studio Jantzen in an amount not to exceed $252,698 (includes an
8.5% contingency).
3. Authorize the budget changes listed in the Financial Impacts and Budget Actions
section of this report.
4. Authorize the Director of Public Works to issue any necessary modifications to
complete additional work within budget authority.
Executive Summary
This agreement would provide design services for Tenant Improvements (TI) at the
Transit and Parking Services Center (TAPS) on the ground level of Parking Structure
No. 5 at 1440 4th Street. On November 19, 2014, the City published a Request for
Proposals (RFP) for design services for the TAPS project. After reviewing proposals,
staff recommends Studio Jantzen to provide design services for the TAPS project in an
amount not to exceed $252,698.
Discussion
The ground floor of Parking Structure No. 5 has been utilized as commercial space and
storefronts for many years. In April 2014, the Big Blue Bus (BBB) closed its retail store
on Broadway and moved into a 600- square foot space on the site shared with the City's
parking contractor, Central Parking, Inc. This is the only downtown location where BBB
0
customers can obtain bus passes and route information. Central Parking also operates
its business from the space such as ticket dispute and payment. The shared space is
insufficient to handle the volume of staff and customers which can be as high as 300
daily for both Central Parking and the BBB.
This TI project would combine and convert the existing commercial spaces into the
TAPS center, public restrooms and one small retail space for lease. The location of this
facility is approximately one block from the Expo terminus which will not have public
restrooms. The restrooms would serve light rail and BBB riders, parking patrons and
downtown visitors alike. The project would bring the facility up to current accessibility
standards, locate the public restrooms along the street frontage for transit service
customers, and update the aging storefronts which would enhance the pedestrian
experience. The TAPS project would facilitate customer services through co- location of
the BBB, the City's parking office and the City's parking operator contractor, and provide
a one -stop shop for buying bus passes, obtaining bus information, and resolving parking
ticket disputes in addition to providing public restroom facilities.
Consultant Selection
On November 19, 2014, the City issued a Request for Proposals (RFP) for architectural
and engineering design services for the TAPS TI project. The RFP was posted on the
City's online bidding website and notices were advertised in the Santa Monica Daily
Press in accordance with the City Charter and Municipal Code provisions. A total of 81
vendors were notified and 61 vendors downloaded the RFP. Eight proposals were
received and publicly opened on December 19, 2014.
Staff from Public Works and Housing and Economic Development reviewed all
proposals and short- listed four firms for interviews: Gwynn Pugh Urban Studio, Howard
Laks Architects, Michael Folonis Architects, and Studio Jantzen. On January 26, 2015,
interviews were held by staff from Public Works, Housing and Economic Development,
Big Blue Bus and a representative from Downtown Santa Monica, Inc. Proposals were
evaluated on relevant experience, project approach, strength of the project team, quality
2
of the design portfolio, and proposed cost. After interviewing the four short- listed firms,
staff selected Studio Jantzen as the best qualified firm to design the project.
Based on Studio Jantzen's recently completed project with the City at Parking Structure
No. 6, the strength of the consultant team, references, competitive rates compared to
other proposals submitted, as well as their understanding and approach to the design
solution, staff recommends Studio Jantzen to provide design services for the TAPS
Parking Structure No. 5 Tenant Improvement project at a cost not to exceed $252,698.
Next Steps
The schematic design is scheduled to begin in April with the final design work
completed by the end of 2015. Staff will return to Council for award of a construction
contract. The construction is scheduled to begin in August of 2016 with the completion
anticipated in early 2017. Funding for the construction of the additional scope will be
requested in the Exception -Based FY 2015 -16 CIP budget process for Council's review
and approval.
3
Financial Impacts and Budget Actions
The agreement to be awarded to Studio Jantzen is for an amount not to exceed
$252,698 (includes an 8.5% contingency). Funds in the amount of $84,000 are
available in the FY 2014 -15 Capital Improvement Program (CIP) budget in account
0010162.589000. Award of the agreement requires the following budget actions in FY
2014 -15.
1. Release of $168,698 fund balance from reserve account 4.365901 (FB - Res -
Mall Parking Levy).
2. Appropriation of $168,698 to account 0040162.589000.
The agreement will be charged to the following accounts:
0010162.589000 $ 84,000
0040162.589000 $168,698
TOTAL $252,698
Prepared By: David Wang, Architectural Associate
Approved: Forwarded to Council:
Susan Cline Elaine M. Polachek
Interim Director of Public Works Interim City Manager
0
Reference:
Agreement No. 10044
(CCS)