Loading...
HomeMy WebLinkAbout07/07/1998, C3 - CONSULTANT DESIGN SERVICES FOR THE MARSH STREET GARAGE EXPANSION council ,27= - Te j acenaa uepout ".`` 3 CITY OF SAN LUIS OBISPO FROM: Mike McCluskey, Director of Public Works Yy Prepared By: Keith Opalewski, Parking Manager SUBJECT: CONSULTANT DESIGN SERVICES FOR THE MARSH STREET GARAGE EXPANSION CAO RECOMMENDATION 1) Approve contract with the architectural firm of Phillips Metsch Sweeney Moore and Walker Parking Consultants in the amount of $330,000 for design services for the Marsh Street Garage expansion project and authorize the Mayor to execute the contract. 2) Appropriate $80,710 from the unreserved parking fund working capital in order.to fully fund the design services portion of the contract. 3) Authorize the CAO to approve the construction administration portion of the contract with the design consultant at the time of the construction bid. DISCUSSION On April 7, 1998, the Council approved the Request for Proposals (RFP) for design services for the Marsh Street Garage Expansion and authorized soliciting of proposals from qualified design firms. As a result, the RFP process was initiated in late April with five consultants responding to the City's request. Given the number of proposals that were received, all five consultant teams were invited to formal interviews by a four-member selection committee of staff personnel. The interviews were conducted on June 10 and 12 with all members of the design team from each consultant. The presentations were professional and informative with one firm clearly standing out from the others. This particular team excelled in presenting the best understanding of the unique problems associated with this project along with the most innovative approach to design and garage operation issues. Thus, it was the unanimous choice by the selection committee (Exhibit A) to award the design contract to the team of Phillips Metsch Sweeney Moore Architects and Walker Parking Consultants. Overall, the committee felt that this combination of architects and parking consultant (Walker is the industry's largest parking design consultant) represented the best design team to fulfill the needs of the City for this vital community project. FISCAL IMPACT The fee proposal from the recommended consultant is $374,085 (see fee summary for consultants-Exhibit B) for all phases of the project including construction administration. The design only portion of this fee (up to the point of a construction bid) is $330,000 including reimbursable expenses plus contingencies. The current approved budget and engineer's estimate for this project are $250,000 for design services and $200,000 for construction management. The engineer's estimate of$250,000 for design services was based upon a 6% arctatectural fee for a Council Agenda Report—Design Services Consultant Page 2 $4,000,000 construction project. However, given their expertise, the majority of consultants have estimated this project to cost between $4.5 to $5,000,000 to build. In addition, most consultants used a 7%fee as a basis for their cost estimates, which is reflected in the fee proposals clustering at the $350-385,000 range. Since the precise design and subsequent construction costs are still to be determined, it is more appropriate to award only the design services component at this stage of the project. The construction administration fee would be negotiated prior to the award of the construction contract. Therefore, we only need to increase the design phase funding at this time. The current unappropriated parking fund working capital balance is $2,590,600, which can adequately fund the additional money. ALTERNATIVES 1. The selected consultant team represents the committee's recommendation for best meeting the needs of the City for this particular project. However, the City Council could direct staff to consider other design teams if so desired. 2. Direct staff to re-advertise the RFP and hope for more proposals. ATTACHMENTS Exhibit A—Selection Committee Summary Exhibit B—Fee Proposal Summary I:councilagendareport/cardesignaward c-3 -� MARSH STREET GARAGE DESIGN CONSULTANT TEAM SELECTION Selection Committee Members Wayne Peterson City Engineer John Mandaville Long range Planning Manager Al Cablay Public Works Manager Keith Opalewski Parking Manager Based on a point system of 5 points for first and 1 point for fifth place the consultants were ranked as follows by the selection committee: ................................. : ... PMSM PMSM PMSM PMSM First Choice Watry Design BFGC BFGC Watry Design Second Choice BFGC Watry Design IPD IPD Third Choice IPD IPD Watry Design BFGC Fourth Choice Barasch Barasch Barasch Barasch Fifth Choice Ranking Results Phillips Metsch Sweeney Moore Architects (PMSM) 20 points (unanimous) Watry Design Group 13 points BFGC Architects Planners 13 points International Parking Design (IPD) 10 points Barasch Architects 4 points The above rankings were based on the following rfp criteria: Understanding of work required by City Quality and clarity of proposal Proposed approach to design and overall project Overall presentation and interview Exhibit A C3-3 Fee Proposal Summary Watry Design Group $385,239 Phillips Metsch Sweeney Moore $374,085 (recommended consultant) BFGC $348,093 IPD $240,000 Barasch Architects $215,000 Exhibit B AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day Of , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City,and Phillips Metsch Sweeney Moore Architects, hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on April 24, 1998, City requested proposals for Design Services of the Marsh Street Garage Expansion per Specification No. 510.9684.521.552. WHEREAS, pursuant to said request, Contractor submitted a proposal which was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above,until acceptance or completion of said services. 2. INCORPORATION BY REFERENCE. City Specification No. 510.9684.521.552 and Contractor's proposal dated May 22, 1998,are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Contractor shall receive therefor compensation not to exceed $40,400 for completion of conceptual design. Compensation not to exceed $289,600 which includes $10,000 of reimbursablcs, for construction/bid documents and compensation by hourly rate specified in Contractor's accepted proposal for bid assistance. The construction administration portion of the project will be negotiated prior to the award of the construction contract. 4. SPECIFICATION CHANGES. Page 10 and 13 shall be replaced by pages in Attachment 1 and 2 to this agreement. 5. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the-said specification. �-3-5 6. AMENDMENTS. Any amendment, modification,or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Administrative Officer of the City. 7. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement,understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement,understanding,or representation be binding upon the parties hereto. 8. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Public Works Department City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401 Contractor Atm: Fred L. Sweeney, AIA Phillips Metsch Sweeney Moore Architects 2020 Alameda Padre Serra, Suite 220 Santa Barbara, CA 93103 9. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation By: City Clerk Mayor Allen K. Settle APP VED AS TO FORM: CONTRACTOR J ' By:- City Attorney Je y G. Jorgensen i XXIV. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). Contractor may bill on a time and materials basis once a month. City will not pay for more than 90%of the value of document in a particular phase until the final documents for that specific phase is submitted. XXV. Inspection. The Contractor shall famish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 3CM. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. XXVII.Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. XXVIII.Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its officers and employees harmless from and against claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees,agents or officers which arise from or are connected with or are caused or claimed to be caused by the negligent acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the active or sole negligence or willful misconduct of the City, its officers or employees. XXIX. Contract Assignment. Neither the Contractor nor the City shall assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the other. XXX. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform; which notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. -10- Attachment 1 A. Understanding of the work required by the City. B. Quality, clarity and responsiveness of the proposal. C. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. D. Recent experience in successfully performing similar services. E. Proposed approach in completing the work. F. References. G. Background and experience of the specific individuals to be assigned to this project. Phase 2—Oral Presentations/Intervieivs and Consultant Selection Finalist candidates will make an oral presentation to the review committee and answer questions about their proposal. The purpose of this second phase is two-fold: to clarify and resolve any outstanding questions or issues about the proposal; and to evaluate the proposer's ability to clearly and concisely present information orally. As part of this second phase of the selection process, finalist candidates will submit proposed compensation costs for the work, including a proposed payment schedule tied to accomplishing key project milestones or tasks. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed workscope and/or method and amount of compensation. Contract award will be based on a combination of factors that represent the best overall value for completing the workscope as determined by the City, including: the written proposal criteria described above; results of background and reference checks; results from the interviews and presentations phase; and proposed compensation. V. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: A. Issue RFP 4/22 B. Receive proposals 5/22 C. Complete proposal evaluation 5/29 D. Conduct finalist interviews 6/5 E. Finalize staff recommendation 6/12 F. Award contract 6/29 G. Execute contract 7/6 H. Start work 7/13 VI. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City, and shall be delivered to the City upon demand. The City shall not make any changes to the original drawings, plan documents and other materials without knowledge or consent of the Contractor. These documents shall not be used for another project that does not fall within the scope of this contract. VII.- Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 13 Attachment 2 MEETING AGENDA DATE—7,17�ITEM #_. C_3__ city clerk memorandum Date: July 1, 1998 To: City Council p/ From: Kim Condon,Acting City Cler V Subject: Item C-3 -July 7, 1998 Agenda Please note that the recommendation for Item C-3, Marsh Garage Expansion Design Services, contains an error. Subsequent to placing this item on the agenda but prior to printing, the staff report was amended and the amount of the appropriation from the unreserved parking fund was changed from$68,685 to $80,710. The correct amount is reflected in the agenda report. So, the recommendation should read: RECOMMENDATION: 1) Approve and authorize the Mayor to execute contract; 2) appropriate$80,710 from the unreserved parking fund working capital in order to fully fund the design services portion; and, 3) authorize the CAO to approve the construction administration portion of the contract with the design consultant. pt6Unca D coc olt► 0 FIN DCHIEF ❑v'GMT Di Q - MEETING AGENDA DATE ITEM # COUNCIL MEMORANDUM .. a June 30, 1998 _ TO: City Council LL VIA: John Dunn, City Administrative Officer J111 FROM: Mike McCluskey, Public Works Directo 41A SUBJECT: Marsh Street Parking Structure Councilman Romero has often stated a preference for a solid structural engineer to be a part of the consultant team selected in the design process for the Marsh Street Structure Expansion Project. The major partner in the selected design team is Walker Parking Consultants/Engineers, Inc. This firm is one of the major giants in the parking structure field, having designed 15 structures last year alone, and have structural engineers as part of their staff. Attached are resumes of the structural team that will be working on the City project. The primary structural engineer will be Lee Szromba who has 34 years of structural engineering experience. If you have any questions regarding the firm or Mr. Szromba, please contact Keith Opalewski at 781-7234. ETT60UNCIL O CDD DIR t7C 0 0 FIN DIR O?CAO 0 PRE CHIEF KHODRNEY L'1'yy DIR LERWORIG ❑POLICE CHF ❑!! T - 0 REC DIR 0 UTIL DIR �O O PERS DIR KENNETH E. NAPIOR, S.E.,P.E., Chief Structural Engineer Mr.Napior is Chief Structural Engineer in the San Francisco office of WALKER Parking Consultants/Engineers,Inc. He has over 22 years of experience in the design of concrete structures and is one of the leading experts in the design of concrete structures using ductile frames to satisfy California's stringent seismic requirements. Mr.Napior is a former chairman of the concrete committee for the Structural Engineers Association of Northern California. He is also a member of several American Concrete Institute committees,dealing specifically with post tension structures and the response of concrete buildings to earthquake forces. Mr. Napior has written many technical papers dealing with seismic response of concrete buildings and co- authored publications dealing with performance of concrete buildings throughout the San Francisco Bay Area during the 1989 Loma Prieta Earthquake. Registration: Registered Structural Engineer in California,Nevada,Oregon Registered Professional Engineer in 15 States Professional Affiliations: Structural Engineers Association of Northern California Chairman,Concrete Sub-Committee of Codes Committee American Concrete Institute Education: BS in Architectural Engineering,California Polytechnic State University, 1972 Representative Projects: One Pacifc Place Hilton Garden Inn Fremon CAMateo,CA 12-Story Tower 6-Story Tower Daniel Burnham Court City of Santa Rosa San Francisco,CA Santa Rosa,CA 12&15 Story Towers 830 Spaces Trinity Plaza Stanford Parking Structures#1, San Francisco,CA Stanford CA 12-Story Tower 1100 Spaces Webster Towers Stanford Parking Structure#2 San Francisco,CA Stanford, CA 14-Story Tower 750 Spaces Fillmore Center El Dorado Hotel Parking Structure San Francisco,CA Reno NV Three 19-Story Towers over parking 950 Spaces St.Francis Place Bart El Cerrito Station San Francisco,CA El Cerrito,CA Five 12-Story Towers over parking 1350 Spaces Chambord North University of California,Irvine San Francisco,CA Irvine,CA 14-Story Tower over parking 1400 Spaces Skyview Towers McCarran In - Mt View CA Las Vegas, 14-.Story il'ower over parking 8000 Spaces Holiday Inn Select, Parking Consul[anw Fostcr City,CA Engineers,Inc. 7-Story Tower j Kenneth E.Napior.S.E. IIS Chief Strucctts]Engineer WafkerParlangConsultants/Engineers,Inc. 150 Executive Park Boulevard Suite 3750.San FrancLsco.CA 94134 Tek(415)3301895 Far(415)330-1898 LEE SZROMBA Project Manager Experience: As Project Manager in Walker's Newport Beach Office,Mr. Szromba is responsible for coordinating and managing projects from inception to final completion working with clients to develop their needs into viable buildings, within their budget. Duties include design of all aspects of projects. Mr. Szromba will maintain a proactive role with all the consultants, the client and the selected contractor to insure a project being completed on time and within the client's budget. Mr. Szromba has forty years of experience in planning, design and construction of office buildings, industrial buildings and parking facilities for municipalities, private developers, universities, hospitals . and shopping centers. Senior Architectural Project Manager,International Parking Design,Inc.,Oakland,California. 1984- 1996. i i Architectural Project Manager,Conrad Associates,Inc.,Los Angeles&Oakland,California 1968- 1984. Education: Architectural Design, University of Illinois, 1956 Projects Serving as Supervisor for the Design of Office and Industrial Buildings: Safeway Stores Sears Roebuck and Co. -'Chicago, Minneapolis and Detroit Allstate Insurance Co. - Chicago and New Jersey The Pillsbury Co. Projects Serving as Supervisor for the Design of Parking Facilities: World Trade Center-Los Angeles City of Los Angeles-Department of Airports; City of Burbank-Department of Airports City of Pasadena City of Glendale University of California-Irvine City of Santa Ana Lake Arrowhead Village Limited City of San Francisco City of Oakland Parking Consultants/ , Kaiser Permanente Hospitals Engineers,Inc. I Lee Szromba IIIS Project Manager Walker Parking ConsullanwEngineers,Inc. 4700 Von Karntan,Suite 100. Newport Beach CA 92660 TeL•(714)553-1450 Fax(714)553-9419