Loading...
SR 05-24-2016 3G City Council Report City Council Meeting: May 24, 2016 Agenda Item: 3.G To: Mayor and City Council From: Martin Pastucha, Director, Public Works, Architecture Services Subject: Design Contract Modification for New Fire Station No. 1. Recommended Action Staff recommends that the City Council authorize the City Manager to negotiate and execute a first modification to professional services agreement #9960 (CCS) in the amount of $55,000 with Rob Wellington Quigley, FAIA Corporation, a California-based company, for additional design services related to the complex code and zoning th requirements that relate to the Fire Station No. 1 design and the City-owned 5 Street property land swap. This will result in a 5-year amended agreement with a new total amount not to exceed $1,825,219. Executive Summary Additional design services have been identified for the Fire Station No. 1 project. The original scope of work, cost, and design timeline did not anticipate significant requirements, which are now identified for this complex project that involves the construction of a new facility and the exchange of land. Staff recommends modifying the existing agreement #9960 (CCS) with Rob Wellington Quigley FAIA Corporation in the amount of $55,000, for a new total agreement amount not to exceed $1,825,219. Background Fire Station No. 1 was constructed in 1955 and has surpassed its expected useful life span as an essential services building, as defined by the Essential Services Buildings Seismic Safety Act of 1986. The Fire Station must be able to provide continuity of services to the public and ensure continued operation of the building after a seismic incident. Additionally, Fire Station No. 1 does not support and future operational and service needs. Currently, apparatus must be parked outside the structure due to lack of space. Staff access to the apparatus inside the structure is compromised by narrow aisles. Additionally, storage for personal protective equipment and supplies is inadequate. On June 26, 2007 (Attachment A), Council authorized staff to execute a contract for a feasibility study to determine if the existing Fire Station No. 1 could be retrofitted or if it should be rebuilt. This study indicated that the existing facility is in need of a seismic retrofit, facility upgrades, and building improvements in order to be in compliance with all current codes, including the Americans with Disabilities Act and meet current staffing 1 of 4 requirements. The seismic upgrades needed to retrofit the facility would add wall thickness and additional corridors, which would further narrow the apparatus bays and eliminate at least one bay. Therefore retrofitting the building would not improve the existing fire station. The feasibility study concluded the need to build a larger Fire Station No. 1 to address seismic, code compliance, and space requirements. On January 10, 2012 (Attachment B), Council authorized staff to issue a Request for Proposals to exchange property in Downtown Santa Monica for a new site suitable to build a replacement facility for Fire Station No. 1. On August 14, 2012 (Attachment C), Council authorized the exchange of City-owned property located at 1338-42 and 1321 5th Street for property located at 1337-45 7th facility for Fire Station No. 1, provided the City complies with the applicable requirements of the California Environmental Quality Act (CEQA). On October 23, 2012 (Attachment D), Council authorized a professional services agreement with Rob Wellington Quigley FAIA Corporation (RWQ), a California-based company, in an amount not to exceed $1,770,219 to provide design and preconstruction services for the Fire Station No. 1 project. Additionally, on October 23, 2012 (Attachment E), Council approved the Resolution adopting the Mitigated Negative Declaration and Mitigation Monitoring Program for Fire Station No. 1 Land Exchange and Construction, and guidelines. On March 14, 2013, RWQ commenced the design work; the schematic design work is complete. The project is currently at 50% design development. On January 20, 2016, the project was presented to the Architectural Review Board (ARB) for an informal float up. Board members comments related to the use of brick and stucco and increased glazing for community connection. The project will return to the ARB in June to present the final design. On April 6, 2016 the project was approved by the Planning Commission On December 17, 2013 (Attachment F), Council authorized staff to continue with design for funding Fire Station No. 1 construction. Discussion The design phase for the rebuild of Fire Station No. 1 has identified additional scope of work requireme, and were not included in the original Request for Proposals issued in 2012 and awarded to Rob Wellington Quigley FAIA Corporation (RWQ). 2 of 4 An impact to the design scope of work to rebuild Fire Station No. 1 is the Critical Operations Power Supply (COPS). COPS is a system that the Santa Monica Fire Department opted to add to the project scope because the facility is an essential services building. COPS is an energy management system that sheds electrical loads in times of disaster relief/emergency response to conserve fuel and power until more supplies can be delivered. The COPS requirement results in additional design work to separate circuitry for the facility. Additional requirements have resulted from the exchange of property. Additional scope th of work to design the new parking lot located at 1338-42 5 Fire Station No. 1 contract. Also, the City-owned property, located at 1338-42 5th Street had a temporary use permit (TUP- City owned) that had to be changed to a conditional use permit (CUP-non City owned). The CUP requires the property to have storm water mitigation. Vendor Selection On February 7, 2012, the City issued a Request for Qualifications (RFQ) to provide design and preconstruction services for the Fire Station No. 1 project. The RFQ was -line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. 581 vendors were notified, 154 vendors downloaded the RFQ. 27 firms responded. On July 12, 2012, staff issued a Request for Proposals (RFP) to the top three firms. Based on this criteria and criteria in SMMC 2.24.073, staff recommended Rob Wellington Quigley FAIA Corporation (RWQ) as the best qualified firm to provide design and preconstruction services for the Fire Station No. 1 project based on a strong cohesive team with demonstrated experience in the design of a full service fire station in a tight urban setting, in-depth understanding of the design process in a municipal setting, clarity of roles and responsibilities, project approach and understanding, examples of creative solutions in a tight urban environment, and competitive pricing. Financial Impacts and Budget Actions The agreement modification to be awarded to Rob Wellington Quigley FAIA Corporation is $55,000, for an amended agreement total not to exceed $1,825,219. Funds are available in the FY 2015-16 Capital Improvement Program in account C014063.589000. 3 of 4 Prepared By: Alex Parry, Senior Architect Approved Forwarded to Council Attachments: A. June 26, 2007 Staff Report (web link) B. January 10, 2012 Staff Report (web link) C. August 14, 2012 Staff Report (web link) D. October 23, 2012 Staff Report (web link) E. October 23, 2012 Staff Report (web link) F. December 17, 2013 Staff Report (web link) 4 of 4 Reference: Modified Agreement No. 9960 (CCS)