Loading...
SR 09-11-2018 3J City Council Report City Council Meeting: September 11, 2018 Agenda Item: 3.J 1 of 2 To: Mayor and City Council From: Susan Cline, Director, Public Works, Architecture Services Subject: First Modification to Contract with Hoffman Management and Construction Corporation for Fire Station 3 Seismic Retrofit Recommended Action Staff recommends that the City Council authorize the City Manager to negotiate and execute a first modification to construction contract #10431 (CCS) in the amount of $275,000 with Hoffman Management & Construction Corporation, a California-based company, to provide additional construction work on the Fire Station 3 Seismic Retrofit Project for the Public Works Department. This will result in a one-year amended agreement with a new total amount not to exceed $1,342,250, with future year funding contingent on Council budget approval. Summary Hoffman Management & Construction Corporation (HMCC) is the contractor for the ongoing Fire Station 3 Seismic Retrofit Project. This project will upgrade the existing structure, located at 1302 19th St., to current seismic code and make Americans with Disabilities Act (ADA) improvements to the facility. Asbestos, mold and termite damage were encountered during construction and need to be addressed. Hence, staff recommends increasing HMCC’s contract by $275,000 to address these unforeseen conditions. Discussion During construction of the Fire Station 3 Seismic Retrofit Project, HMCC discovered asbestos material and mold within the walls of the building. In addition, various structural wooden columns and beams had deteriorated due to termite infestation. Asbestos and mold remediation, replacement of structural wooden members damaged by termites, and miscellaneous work related to remediation such as relocating the Information Technology cabinet will need to be done to complete the project. The project completion date is not impacted and remains February 2019. The original 2 of 2 contract authority did not account for this additional work. Therefore, staff recommends adding $275,000 to HMCC’s contract for a new total amount not to exceed $1,342,250. Past Council Actions 02/14/17 (Attachment A) Award of Construction Contract to Hoffman Management & Construction Corporation for Fire Station 3 Seismic Retrofit Project Financial Impacts and Budget Actions Staff seeks authority to increase the amount of contract authority with Hoffman Management & Construction Corporation for additional construction work on the Fire Station 3 Seismic Retrofit Project. Funds are available in the FY 2018-19 Capital Improvement Program budget at the accounts below. Contract Modification Request Current Authorized Amount $1,067,250 Modified Request Amount $125,000 Contract #: 10431 (CCS) C0105230.689000 (General Fund) FY 2018-19 CIP Account $150,000 Contract #: 10431 (CCS) C0104580.689000 (Citywide Facility Maintenance Program) FY 2018-19 CIP Account Total Revised Contract Amount $1,342,250 Prepared By: Sebastian Felbeck, Senior Construction Manager Approved Forwarded to Council Attachments: A. February 14, 2017 Staff Report B. Hoffman Management Construction Corp Oaks City 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 Management & Construction Corporation, a California-based company, for construction 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 an 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 has two engine companies and the region’s Type I Hazardous Materials Program. A total of nine (9) personnel are housed at the station. During construction, fire personnel from Engine 3 would remain living in the station, 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, estimated to be in fall 2018. Staff recommends Hoffman Management & Construction Corporation (HMCC) for construction services of the Fire Station No. 3 Seismic Retrofit 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 2 of 5 for Fire Station No. 3. The Request for Proposals (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 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 required modifications 3, 4, and 5. On July 23, 2013 (Attachment A), Council 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 contract modifications 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), Council authorized the City to execute the fifth modification to PSA No. 2569 / 9771 (CCS) with IDS Group, Inc. to complete final design services including bidding assistance and construction administration for a new not to exceed contract total of $129,090. On January 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 3 of 5 been manufactured and 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, 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 infrastructure 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 including a new main entry and access ramp. Additional ADA upgrades include the Officers’ quarters and public restrooms on the ground floor. Fire Station No. 3 houses 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 upgrades. 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 be temporarily relocated into the newly constructed Fire Training Center trailers at the City Yards. The fire apparatus (fire truck), located in the apparatus bay, would also transition between locations within Fire Station No. 3 depending on the construction schedule. The fire apparatus is required to be functional throughout construction in order to meet Type I Hazardous Materials Response Program requirements. Existing kitchen and restrooms that would serve the fire personnel during construction are outside 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 12:00 pm – 2:00 pm and the curtailment of excessively noisy construction practices in certain areas of the facility. 4 of 5 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 specifications. The bid 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. A total of 1,666 vendors were notified, 61 vendors downloaded the bid, and 11 vendors attended the 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 staff conducted additional outreach to vendors who downloaded the bid to see why they did not submit a bid; responses included concerns related to work being too complicated, the work would be in an occupied building, problems with the fire apparatus coming and 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 (12:00 pm to 2:00 pm), and some vendors were too busy 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 references. 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 bidder. 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 Capital Improvement Program budget in account 5 of 5 C010529.589010. Prepared By: Alex Parry, Senior 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)