SR 05-08-2018 3L
City Council
Report
City Council Meeting: May 8, 2018
Agenda Item: 3.L
1 of 6
To: Mayor and City Council
From: Susan Cline, Director, Public Works, Architecture Services
Subject: Award Agreements for Construction Management Services and Deputy and
Material Testing Inspection Services for the Fire Station No. 1 Construction
Project
Recommended Action
Staff recommends that the City Council:
1. Award RFP #2235 to Cumming Corporation, a California-based company, to
provide construction management services for the Fire Station No. 1
Construction Project;
2. Authorize the City Manager to negotiate and execute an agreement with
Cumming Corporation, in an amount not to exceed $636,350 (including a 10%
contingency) over a three-year period;
3. Award RFP #2235 to Koury Engineering, a California-based company, to provide
deputy and material testing inspection services for the Fire Station No. 1
Construction Project; and
4. Authorize the City Manager to negotiate and execute an agreement with Koury
Engineering, in an amount not to exceed $262,364 (including a 20%
contingency) over a three-year period.
Executive Summary
The Fire Station No. 1 Construction Project will build a new fire station located at 1337 -
45 7th Street to replace the existing Fire Station No. 1 at 1444 7th Street. Bernards
Bros, Inc. will construct Fire Station No. 1. In preparation for the construction project,
staff recommends that Council approve two agreements to provide 1) construction
management services to Cumming Corporation and 2) deputy and material testing
inspection services to Koury Engineering. Both vendors would provide services to assist
the City in monitoring the work of the contractor and to ensure that the special
inspection requirements for the project are met. Staff anticipates the project will be
completed in early 2020. The agreements recommended by staff to be awarded are
within budget limits and do not add costs to the Fire Station No. 1 Construction Project.
2 of 6
Discussion
As part of approving the second-year budget for the City’s FY 2016-18 Biennial Capital
Budget, Council appropriated $41.6 million to the Fire S tation No. 1 Project. This
budget included funding for project costs including construction, construction
management, deputy and material testing inspection services, technology infrastructure,
furniture and equipment, and unforeseen conditions (site hazardous material).
Construction Management and deputy and materials testing inspection services are
industry best practices in large scale construction projects, especially those with unique
safety and technology requirements such as Fire Station 1. Deputy inspection services
are those performed by a third-party done on behalf of the client to ensure compliance
with specifications. Subsequent to awarding the construction contract to Bernards Bros,
staff solicited two consultant services required and budgeted for this major project: 1)
construction management services and 2) deputy and material testing inspection
services.
Construction management services are required to assist staff with project planning,
cost management, quality management, contract administration, and safety
management. The consultant providing construction management services would be
located at the project construction site for the duration of the project. Staff recommends
Cumming Corporation to provide construction management services at a cost not to
exceed $636,350.
As noted, deputy and material testing inspection services are performed by a third-party
vendor (not the contractor) to ensure long-lasting and high quality construction materials
are used during the construction phase. This vendor monitors construction activities to
ensure proper installation practices are followed throughout the duration of the
construction project. The vendor uses the design specifications for structural steel,
masonry, concrete, welding, and bolted co mponents, along with City standards,
specifications, and applicable building codes, to compare and test against the real-time
constructed elements. Staff recommends Koury Engineering to provide deputy and
material testing inspection services at a cost not to exceed $262,364.
3 of 6
The Fire Station No. 1 Construction Project is expected to be complete in early 2020.
Consultant Selection – Construction Management Services
On October 10, 2017, the City issued a Request for Qualifications (RFQ) #2507 to
provide on-call construction management services for two categories of projects:
various building and park construction projects. The RFQ was posted on the City’s on-
line bidding site, and notices were advertised in the Santa Monica Daily Press in
accordance with City Charter and Municipal Code provisions. Fifty-one vendors
downloaded the RFQ. Thirteen firms responded. Responses to the RFQ were reviewed
by a selection panel of staff from the Public Works Department. Staff selected 10 firms
as pre-qualified in each category and eligible to compete in future bids over a three-year
period; the pre-qualified list will expire on November 28, 2020.
On February 6, 2018, the City issued a Request for Proposals (RFP) #2235 to provide
construction management services for the Fire Station No. 1 Construction Project. The
RFP was sent to the 10 pre-qualified vendors to provide on-call construction
management services. The following nine firms responded.
Cumming Corporation
GKK Works
Griffin Structures, Incorporated
KDG Construction Consulting
Kitchell
PMCS
PSOMAS
Simplus
Simpson & Simpson
Responses to the RFP were reviewed by a selection panel of staff from the Public
Works Department. Evaluation was based on the following selection criteria: technical
4 of 6
competence, staffing capability, project approach and planning, past performance,
dispute resolution, quality control, cost control, customer service, and cost of services.
Staff then shortlisted three firms and on February 23, 2018 conducted interviews. Based
on this criteria and criteria in SMMC 2.24.073, staff recommends Cumming Corporation ,
the lowest bidder, as the best qualified firm to provide construction management
services for the Fire Station No. 1 Construction Project.
Cumming Corporation’s team has extensive knowledge and experience working on
numerous municipal projects to construct new fire stations. Cumming Corporation has
successfully managed projects that included essential services buildings, LEED
projects, large excavations, and complex projects in dense urban settings. Their
proposed team would provide on-site project management planning, which involves
planning the entire project and documentation, cost management to ensure the
expenses of the project are efficiently managed and to account for any unexpected
issues or difficulties, quality management to ensure the contractor completes the project
at a high-quality standard, contract administration to ensure the needs of the City are
being satisfied, and safety management to ensure that work meets all legal
requirements and building regulations. Cumming Corporation would also provide in-
house project schedule analysis and cost estimating resources to augment the on-site
construction manager on an as-needed basis.
Vendor Selection – Deputy and Material Testing Inspection Services
On October 10, 2017, the City issued a Request for Qualifications (RFQ) #2327 to
provide on-call deputy and material testing inspection services for various construction
projects. The RFQ was posted on the City’s on-line bidding site, and notices were
advertised in the Santa Monica Daily Press in accordance with City Charter and
Municipal Code provisions. Thirty-eight vendors downloaded the RFQ. Twelve firms
responded. Responses to the RFQ were reviewed by a selection panel of staff from the
Public Works Department. Staff selected 11 firms as pre-qualified and eligible to
compete in future bids over a three-year period; the pre-qualified list will expire on
November 14, 2020.
5 of 6
On February 12, 2018, the City issued a Request for Proposals (RFP) #2235 to provide
deputy and material testing inspection services for the Fire Station No. 1 Construction
Project. The RFP was sent to the 11 pre-qualified vendors to provide on-call
geotechnical, deputy and material testing inspection services. The following seven firms
responded:
AECOM
California Testing & Inspections
Koury Engineering
MTG
Ninyo & Moore
United-Heider
Willdan Geotechnical
Responses to the RFP were reviewed by a selection panel of staff from the Public
Works Department. Evaluation was based on the following selection criteria: quality of
proposal, competitive pricing, experience, references, and qualifications of the proposed
project inspection team. Koury Engineering’s proposal included wide-ranging
experience and demonstrated the competency, of their team of registered Civil and
Geotechnical Engineers and numerous inspectors holding multiple certifications. Koury
Engineering’s proposal also included their reputable corporate structure and excellent
references on prior completion of similar projects. The proposed inspection team would
include one project manager to provide general work plan oversight; one deputy
inspector to monitor and inspect all structural concrete, masonry, steel, welding, and
bolted elements; one field technician to assist the deputy inspector in proving field
testing services; and one laboratory technician for elements requiring laboratory testing.
The deputy inspector would join the project full-time from mid-2018 to early-2020, while
the other project team members would be on the project as-needed. Based on this
criteria and criteria in SMMC 2.24.073, staff recommends Koury Engineering as the best
qualified firm to provide deputy and material testing inspection services for the Fire
Station No. 1 Construction Project.
6 of 6
Financial Impacts and Budget Actions
The agreement to be awarded to Cumming Corporation is for an amount not to exceed
$636,350. Funds are available in the FY 2017-2018 Capital Improvement Program
budget in account C014063.589000.
The agreement to be awarded to Koury Engineering is for an amount not to exceed
$262,364. Funds are available in the FY 2017-2018 Capital Improvement Program
Budget in account C014063.589000.
Prepared By: Sebastian Felbeck, Senior Construction Manager
Approved
Forwarded to Council
Attachments:
A. Koury Engineering Oaks Initiative Form
B. Cumming Corporation Oaks Initiative Form
CITY OF SANTA MONICA
OAKS INITI ATIVE DISCLOSURE FORM
In order to facilitate compliance with the requirements of the Oaks Initiative, the City
compiles and maintains certain information. That information includes the name of any
person or persons who is seeking a “public benefit.” If the “public benefit” is sought by
an entity, rather than an individual person, the information includes the name of every
person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten
percent interest in the entity.
Public benefits include:
1.Personal services contracts in excess of $25,000 over any 12-month period;
2.Sale of material, equipment or supplies to the City in excess of $25,000 over a 12-
month period;
3.Purchase, sale or lease of real property to or from the City in excess of $25,000
over a 12- month period;
4.Non-competitive franchise awards with gross revenue of $50,000 or more in any
12-month period;
5.Land use variance, special use permit, or other exception to an established land
use plan, where the decision has a value in excess of $25,000;
6.Tax “abatement, exception, or benefit” of a value in excess of $5,000 in any 12-
month period; or
7.Payment of “cash or specie” of a net value to the recipient of $10,000 in any 12-
month period.
Name(s) of persons or entities receiving public benefit:
Name(s) of trustees, directors, partners, and officers:
Name(s) of persons with more than a 10% equity, participation, or revenue interest:
Prepared by: ____________________________Title: __________________________
Signature: ______________________________________ Date: ________________
Email: ____________________________________ Phone: ____________________
FOR CITY USE ONLY:
Bid/PO/Contract # ____________________________ Permit # ___________________________
Koury Engineering and Testing, Inc.
Richard Koury - CEO & President
Dave Menefee - COO & St. Vice President
None
Tommy Wright Chief Business Development Officer
03/12/18
TommyW@kouryengineering.com (909) 606-6111
CITY OF SANTA MONICA
OAKS INITI ATIVE DISCLOSURE FORM
In order to facilitate compliance with the requirements of the Oaks Initiative, the City
compiles and maintains certain information. That information includes the name of any
person or persons who is seeking a “public benefit.” If the “public benefit” is sought by
an entity, rather than an individual person, the information includes the name of every
person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten
percent interest in the entity.
Public benefits include:
1. Personal services contracts in excess of $25,000 over any 12-month period;
2. Sale of material, equipment or supplies to the City in excess of $25,000 over a 12-
month period;
3. Purchase, sale or lease of real property to or from the City in excess of $25,000
over a 12- month period;
4. Non-competitive franchise awards with gross revenue of $50,000 or more in any
12-month period;
5. Land use variance, special use permit, or other exception to an established land
use plan, where the decision has a value in excess of $25,000;
6. Tax “abatement, exception, or benefit” of a value in excess of $5,000 in any 12-
month period; or
7. Payment of “cash or specie” of a net value to the recipient of $10,000 in any 12-
month period.
Name(s) of persons or entities receiving public benefit:
Name(s) of trustees, directors, partners, and officers:
Name(s) of persons with more than a 10% equity, participation, or revenue interest:
Prepared by: ____________________________Title: __________________________
Signature: ______________________________________ Date: ________________
Email: ____________________________________ Phone: ____________________
FOR CITY USE ONLY:
Bid/PO/Contract # ____________________________ Permit # ___________________________
REFERENCE:
Agreement No. 10677
(CCS)
&
Agreement No. 10678
(CCS)