Loading...
SR-07-23-2013-3CCity Council Meeting: July 23, 2013 Agenda Item: 33 =C To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Agreement Modification for Fire Station No. 3 Seismic Retrofit Design I: • u u • 1 eCTT_r3it.Ti' Staff recommends that the City Council authorize the City Manager to negotiate and execute a first modification to Professional Services Agreement No. 2569 in the amount of $64,350 (includes a 10% contingency) with IDS Group, Inc., a California -based company, to provide design and construction administration services for the seismic retrofit of Fire Station No. 3. This would result in an amended agreement with a new total amount not to exceed $92,350. Executive Summary In August 2012, the City solicited proposals from qualified consulting firms to provide professional services for the structural evaluation and the design of seismic upgrades for Fire Station No. 3 to be completed in two phases. The City entered into a professional services agreement with IDS Group, Inc. to perform phase one; a structural evaluation of the existing facility in an amount not to exceed $28,000. Additional design and construction . services, including preparation of construction documents, procurement of all required permits, and pre- construction and construction administration services in the amount of $64,350 are necessary to complete phase two of the project. Staff is requesting a first modification to the agreement with IDS Group, Inc. in the amount of $64,350 for a total contract amount not, to exceed $92,350 to perform phase two of the project, design and construction administration services for the seismic retrofit of Fire Station No. 3. Background Fire Station No. 3 is a two -story, wood frame and stucco structure built in the early 1970's prior to current seismic building standards. In August 2012, the City solicited proposals from qualified consulting firms to provide professional services for the structural evaluation and the design of seismic upgrades for the station in two phases. Per the Request for Proposals (RFP), the project would be awarded to one firm whereby phase one would be completed immediately. Award of phase two would be 1 dependent upon funding availability as the cost of phase two would be determined by the findings in phase one. Discussion Consultant Selection On August 29, 2012, an RFP for professional services for the seismic retrofit of Fire Station No. 3 for phases one and two was posted on the City's online biding site and advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal code provisions. Ninety -one prospective firms registered on the City's online bidding site and ten proposals were received and publicly opened on September 20, 2012. Bid results are as follows: Bidder Total Bid Amount IDS Group, Inc. $28,000 Lewis /Schoeplein $28,950 Insight Structural Engineers $35,475 Steven Fader Architects $47,240 WLC $57,000 ACRESWorld, Inc. $59,000 TTG - TMAD TAYLOR & GAINES $64,120 Coffman Engineers $65,229 KPFF Consulting Engineers $91,300 Engineering Alignment Systems $144,870 Proposals were evaluated on price, experience, team member qualifications, and references. Staff contacted references provided by IDS Group, Inc. for prior project experience with the City of Santa Monica, the City of Orange, and the LA County Public Works Department. All respondents reported that work was completed in a timely and cost - efficient manner while maintaining consistent quality. Based on these criteria, IDS Group, Inc. was selected as the best bidder to provide design services for the Fire Station No. 3 seismic retrofit. K On November 14, 2012, the City entered into a professional services agreement with IDS Group, Inc. to perform phase one of the project consisting of a structural evaluation of the existing facility in the amount of $28,000. Phase one was completed on May 20, 2012. The study identified numerous irregularities and incomplete /deficient structural elements in the building that would impair performance objectives for an essential facility. Additionally, the study confirmed that these deficiencies can be corrected though a seismic retrofit of the existing building. A total of $100,000 was set aside for phases one and two. The phase one study findings were necessary to ensure available funds were sufficient for the proposed second phase. The proposed agreement modification to proceed with phase two would provide comprehensive design services including preparation of construction documents, procurement of all required permits for the work, and pre- construction and construction administration services through construction close -out. The proposed fee for phase two is for $64,350 and would result in a new amended agreement amount not to exceed $92,350. The pricing for phase two was based upon hourly rates listed in the original proposal. Project Schedule The phase two design and permitting process is anticipated to take approximately one year. Construction will take place in fiscal year 2014 -15. 3 Financial Impacts & Budget Actions The agreement modification to be awarded to IDS Group, Inc. is $64,350 (includes a 10% contingency), for an amended agreement total not to exceed $92,350. Funds are available in the FY2013 -14 Capital Improvement Program budget in account 0010529.589000. Prepared by: Christopher Dishlip, Civil Engineer Approved: Forwarded to Council: Martin Pastucha Rod Gould Director of Public Works City Manager CI Reference: Agreement No. 9771 (CCS)