Loading...
SR 02-14-2017 3J Ci ty Council Report City Council Meeting : February 14, 2017 Agenda Item: 3.J 1 of 5 To: Mayor and City Council From: Susan Cline, Director , Public Works, Architecture Services Subject: Construction Contract for Fire Station #3 Seismic Retrofit Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2261 to Hoffman Manag ement & Construction Corporation, a California -based company, for co nstruction services for Fire Station No. 3 Seismic Retrofit project ; 2. Authorize the City Manager to negotiate and execute a contract with Hoffman Management & Construction Corporation, in a n amount not to exceed $1,067,250 (including 10% contingency); and 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. Executive Summary The Fire Station No. 3 Seismic Retrofit project, located at 1302 19th Street, would upgrade the existing structure to current seismic code requirements as well as make American with Disabilities Act (ADA) improvements to the building . The fire station ha s two engine companies and the region ’s T ype I Hazardous Materials Program. A total of nine (9) personnel are housed at the station. During constructi on, fire personnel from Engine 3 would remain living in the statio n, while personnel from Engine 4 and the Hazardous Materials Team would be moved to a temporary fire station located at the City Yards through the completion of construction, estimate d to be in f all 2018. Staff recommends Hoffman Management & Construction Corporation (HMCC) for constructio n services of the Fire Station No. 3 Seismic R etrofit project in an amount not to exceed $1,067,250 . Background 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 F ire S tati on No. 3 . Th e Request for P roposals (RFP) outlined two phases for the design process : 1) Feasibility and Schematic Design and 2) Construction Documents. In November 2012, the City executed Professional Services Agreement (PSA) No. 2569 2 of 5 with IDS Group, Inc . for the amount of $28,000 to provide feasibility and schematic design services including structural evaluation for the Fire Station No. 3 Seismic Retrofit project . This project started in November 2012 as a feasibility study only. At the conclusion of the study the City implemented a phased design process that rolled out over the course of a number of modifications, ensuring the project would continue before proceeding further. Implementation of the design has been further delayed by the construction logistics of establishing a temporary fire station at the city yards to house half the station’s fire fighters. This process, along with staffing limitations and change over, caused the design phase to proceed slower than originally anticipated and requir ed modifications 3, 4, and 5. On July 23, 2013 (Attachment A), C ouncil authorized the City to execute the first modification to PSA No. 2569 / 9771 (CCS) with IDS Group, Inc. for an amended contract amount of $64,350, and a new not to exceed contract tota l of $92,350. Additionally, the City executed c ontract m odific ations 2, 3, and 4 with IDS Group, Inc. to both extend the contract term and encumber project funds that were within the Council authorized budget. On June 28, 2016 (Attachment B), C ouncil auth orized the City to execute the fifth modification to PSA No. 2569 / 9771 (CCS) with IDS Group, Inc. to complete final design services including b idding a ssistance and c onstruction a dministration for a new not to exceed contract total of $129,090. On Janu ary 10, 2017 (Attachment C), Council authorized the City to execute a construction contract with West Valley Investments, Inc. to construct the site improvements necessary for the temporary trailers at the city yards. The trailers have been manufactured a nd are ready for delivery once this construction is complete. Discussion Fire Station No. 3 , a two story, wood frame and stucco structure built in the early 1970s , 3 of 5 was originally constructed as a temporary facility under a less stringent seismic building code . In the event of a large earthquake, the structure could sustain severe damage and consequently emergency services to the community could be negatively impacted . The Fire Station No. 3 Seismic Retrofit project would strengthen the building and its inf rastructure in order to maintain functionality after a large earthquake. Retrofit scope includes installing new shear walls and steel column and beam moment frames. ADA upgrades would bring the existing building up to code for publicly -accessible areas inc luding a n ew main entry and access ramp. Additional ADA upgrades include the Officers’ quarters and public restrooms on the ground floor. Fire Station No. 3 house s two engine companies , Engine 3 and Engine 4, which are comprised of fire personnel . Areas of the building would be vacated to allow construction of the seismic upgrade s. During construction, Engine 3 would remain at Fire Station No. 3 and would transition occupancy to one half the building while work is done on the other half. Engine 4 would b e temporarily relocated into the newly constructed Fire Training Center trailers at the City Yard s. The fire apparatus (fire truck), located in the apparatus bay, would also transition between locations within Fire Station No. 3 depending on the constructi on schedule. The fire apparatus is required to be functional throughout construction in order to meet Type I Hazardous Materials Response Program requirements . E xisting kitchen and r estrooms that would serve the fire personnel during construction are outsi de of the work zones and would not be disrupted. Because the Fire Department and Fire Station No. 3 are required to provide community services 24 hours per day, seven days per week throughout the year , several alterations would be made to the traditional contracting schedule . These include work stoppage times between the hours of 1 2 :00 p m – 2 :00 pm and the curtailment of excessively noisy construction practices in certain areas of the facility. Vendor Selection On November 8, 2016, the City published a No tice Inviting Bids to provide construction services for the Fire Station No. 3 Seismic Retrofit project in accordance with City 4 of 5 specifications. The bid was posted on the City's on -line bidding site, and notices were advertised in the Santa Monica Daily Pre ss in accordance with City Charter a nd Municipal Code provisions. A total of 1,666 vendors were notified, 61 vendors downloaded the bid , and 11 vendors attended t he mandatory pre -bid job walk. One bid was received and publicly opened on De cember 12, 2016 , per Attachment D . The bid was evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, capacity and skill, ability to deliver, quality of product, and compliance with City specifications and scope of work. Public Works sta ff conducted additional outreach to vendors who downloaded the bid to see why they did not su bmit a bid; responses included concerns related to work being too complicated , the work would be i n an occupied building, problems with the fire apparatus coming a nd going throughout the day, the constricted work hours (8:00 am to 6:00 pm limits with 10:00 am to 2:00 pm the only time to do noisy work ) combined with quiet time requirements for fire fighters to sleep (1 2:00 pm to 2:00 pm ), and some vendors were too bu sy to submit a bid. Hoffman Management & Construction Corporation (HMCC) submitted a bid within the project’s budget, was fully responsive in its bid documents, provided timely responses to inquiries from staff and received positive responses from refere nces. Staff also verified with the Contractors State License Board that Hoffman Management and Construction Corporation and its subcontractors’ licenses are current, active, and in good standing. Based on these criteria, HMCC is recommended as the best b idder. Financial Impacts and Budget Actions The contract to be awarded to HMCC is for an amount not to exceed $1,067,250 . Funds are available in the FY 2016 -17 Capi tal Improvement Program budget in account 5 of 5 C010529.589010. Prepared By: Alex Parry, Seni or Architect Approved Forwarded to Council Attachments: A. July 23, 2013 Staff Report B. June 28, 2016 Staff Report C. January 10, 2017 Staff Report D. Attachment D Reference:       Contract  No. 10431   (CCS)