Loading...
HomeMy WebLinkAboutItem 5d. Award Construction Contract to Edwards Construction Group, Inc. for the Roofing Replacement at Fire Station 1 Project Item 5d Department: Public Works Cost Center: 5005 For Agenda of: 9/6/2022 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Nathan Garcia Nava, Engineer I SUBJECT: AWARD A CONSTRUCTION CONTRACT FOR THE ROOFING REPLACEMENT AT FIRE STATION 1 ADMINISTRATION AND FLEET MAINTENANCE PROJECT, SPECIFICATION NUMBER 1000172 RECOMMENDATION 1. Award a Construction Contract to Edwards Construction Group, Inc. in the amount of $492,836 for the Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance Project, Specification Number 1000172; and 2. Appropriate $350,000 from the Capital Projects Reserve Fund to the Major Facilities Maintenance – Annual Asset Maintenance Account (1000075-16); and 3. Authorize the City Engineer to issue change orders up to the available project budget; and 4. Authorize the Finance Director to return unspent Capital Reserve funding to the Capital Projects Reserve Fund balance after project completion; and 5. Adopt a Draft Resolution entitled, “A Resolution of the City Council of the City of San Luis Obispo, California, authorizing use of Capital Projects Reserve Fund to support the Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance, Specification Number 1000172.” POLICY CONTEXT On July 6, 2021, City Council authorized the invitation of bids for the Roofing Replacement at Fire Station 1 Administration & Fleet Maintenance. As stated in the report, the project contract must be awarded by Council if the construction bids are higher than the publicly disclosed funding limit. The recommended actions for award and fund appropriation are supported by the City Council’s adopted Capital Improvement Plan as well as its Fund Balance and Reserve Policy. The City’s Fund Balance and Reserve Policy was adopted in June 2021 and includes guidelines related to the Capital Projects Reserve Fund, as follows: The City will maintain a committed reserve of 20% of capital improvement plan budget from the Local Revenue Measure for the purposes of offsetting unanticipated cost increases, unforeseen conditions, and urgent unanticipated projects to provide continued investment in infrastructure Page 59 of 145 Item 5d maintenance and enhancement. Use and allocations of funds from the Capital Projects Reserve Fund will be made to Capital Projects including Major Facility Replacement upon Council approval as necessary during any fiscal year. The recommended use of the Reserve to supplement the Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance project is consistent with this policy. DISCUSSION Background This project includes replacing the deteriorating roof on the Fire Station #1 Administrative and Maintenance Buildings. Constructed in 1996, Fire Station #1 is the main campus for the Fire Department and houses Fire Department Administrative personnel and shift firefighters for service areas #1. The roofing system has not undergone extensive maintenance or replacement projects since the facility was constructed 25 years ago. Over its service life, minor and localized repairs have been completed, but due to the age of the existing roofing system minor maintenance is no longer effective and the roof needs a full replacement. The 2021-23 Financial Plan budgeted construction funding for replacement of the roofing system. On July 6, 2021, City Council authorized the invitation of bids for the Roofing Replacement at Fire Station 1 Administration & Fleet Maintenance. On August 17, 2021, a bid opening was held where two bids were received. The two bids were well over the engineer’s estimate of $400,000, leading the City to reject all bids and pursue readvertisement of the project at a later date (Attachment A). The project went out to advertise again on April 28, 2022, and a bid opening was held where no bids were received. Based on input from interested contractors and Building Maintenance Staff, the project plans and special provisions were revised for readvertisement of the project. The project went out to bid a third time with a publicly disclosed funding limit of $430,000 and on July 28, 2022, a bid opening was held and two bids were received (Attachment B). The lowest bidder was Wicks Roofing Inc., but their bid was determined by staff to be non-responsive as it was not submitted on City Bid Forms as required by the Notice to Bidders and bid submission requirements of the City Standards. Wicks was informed about the City’s determination that the bid was non-responsive and was given five days to respond with information on why their bid should be considered responsive (Attachment C). Wicks Roofing did not provide additional information. The second bid package was submitted by Edwards Construction Group, Inc. After reviewing their bid package, staff determined there were two minor discrepancies in the bid forms. The Contractor failed to provide unit prices for each bid item and references provided were completed under a different affiliated company (Attachment D). Page 60 of 145 Item 5d Staff informed the contractor of these irregularities, and the unit prices will be based on the total prices provided in the bid forms. City staff recommends waiving these irregularities and awarding the contract to Edwards Construction Group, Inc. Table 1: Bid Results from third bid opening 07/28/2022 Publicly Disclosed Funding Wicks Roofing, Inc. Edwards Construction Group, Inc $430,000 Non-responsive $492,836 The proposal from Edwards Construction Group, Inc. exceeded the Publicly Disclosed Funding Limit of $430,000. Although the bid was over the funding limit, staff is recommending award of the agreement (Attachment E) and allocating an additional $150,000 to the project from the Capital Projects Reserve Fund balance as shown in Fiscal Impact Section of this report to avoid further cost increases (as Council is aware materials and costs are going up rapidly and further delay in this project is not anticipated to result in reduced bids). Previous Council or Advisory Body Action On June 1, 2021, Council adopted its 2021-23Financial Plan and the Fund Balance and Reserve Policy. On July 6, 2021, City Council authorized the invitation of bids for the Roofing Replacement at Fire Station 1 Administration & Fleet Maintenance. Public Engagement This capital project was included in the Financial Plan adopted budget meeting on June 1, 2021, at which time the public was provided an opportunity to review and comment upon all capital projects. CONCURRENCE A building permit application was submitted to the Community Development Department’s Building Division in June 2021. Building permits will be obtained prior to the start of construction and will be issued to the Contractor following the award of a construction contract. All comments and conditions associated with the building and safety review of the project have been incorporated into the design of the project. Public Works Facilities Maintenance Division and the Fire Department concur with the recommendations of this report. ENVIRONMENTAL REVIEW The Community Development Department has issued a Notice of Exemption pursuant to Section 15301 Class 1 (Existing Facilities) of the California Environmental Quality Act Guidelines. Page 61 of 145 Item 5d FISCAL IMPACT The project was budgeted for design during the 2019-21 Financial Plan, with additional funding allocated for construction during the 2021-23 Financial Plan. The remaining budget in the project account is approximately $297,000. With authorization to advertise the project, staff received approval from City Council to appropriate $200,000 from the Capital Projects Reserve Fund to support the anticipated structural repair work associated with the unexpected water damage to the roof’s structural members, with the intention to appropriate the funding upon project award. Due to the current bid price, staff is requesting an additional $150,000 be appropriated to the project from the Capital Projects Reserve Fund to offset the increased project cost. Therefore, the total Capital Projects Reserve Fund appropriation recommendation is $350,000 (Attachment F). The Capital Projects Reserve Fund has a current balance of $1,901,708 (as of 8/9/2022). Concurrent with this project request (same Council meeting agenda) is a request to support the Railroad Safety Trail Fencing (Item 5f) Project with a funding amount of $380,000 from the Reserve Fund account. Budgeted: Yes Budget Year: 2021-22 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund: Major Facility Repl Fund - LRM $297,000 $0 N/A State Federal Fees Other: Capital Projects Reserve Fund $1,901,708 $350,000 $1,551,708 Total $2,198,708 $350,000* $1,551,708** *Staff is requesting an additional $150,000 be allocated to the project from the Capital Projects Reserve in addition to the previously authorized fund $200,000 for a total of $350,000. **The remaining balance indicated here does not reflect the Capital Reserve balance if Council approves Item 5f. If both items are approved, the available Capital Reserve Fund Balance will be $1,171,708. Page 62 of 145 Item 5d Project Total Costs Bid Total:$492,836 Construction Contingencies (25%)$120,000 Total for Construction $612,836 Materials Testing:$4,664 Construction Support:$15,000 Printing:$500 Total Project Cost $633,000 Current 1000075-16 Balance:$297,000 Unappropriated Capital Projects Reserve Fund Balance $1,901,708 *Requested Funding from the Capital Projects Reserve Fund $350,000 Remaining Funds in the Capital Projects Reserve Fund $1,551,708 Post Project 1000075-16 Balance $14,000 Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance, Specification No. 1000172-16 *This request includes the previously approved amount of $200,000 for the project. ALTERNATIVES Deny awarding project and additional funds. Denying award and authorization for additional funds is not recommended as the Fire Station #1 Roof is deteriorated and requires maintenance to prevent further damage. Additionally, delay of the project would result in higher construction costs due to rising labor and materials cost. ATTACHMENTS A - City Manager Report to Re-advertise Roofing Replacement at Fire Station 1 B - 1000172 Bid Results - Roofing Replacement at Fire Station 1 C - 1000172 Bid Responsiveness Letter – Wicks D - Edwards Construction Group and Vernon Edwards Constructors, Inc Affiliation E - Draft Agreement with Edwards Construction Group, Inc. F - Draft Resolution authorizing Use of Capital Projects Reserve Fund for Specification Number 1000075-16 Page 63 of 145 Page 64 of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¶VHVWLPDWHDVVKRZQLQWKHELGVXPPDU\EHORZ         6WDIILVUHFRPPHQGLQJUHMHFWLQJDOOELGVIRUWKHSURMHFWDQGUHDGYHUWLVHLQWKHEHJLQQLQJRI %\UHDGYHUWLVLQJWKHSURMHFWDIWHUWKHUDLQ\VHDVRQFRQWUDFWRUVZLOOQRWKDYHWRGHDOZLWKZHW ZHDWKHUFRQVWUDLQWVZKLFKZRXOGOLNHO\UHVXOWLQSURMHFWGHOD\VDQGRYHUDOOLQFUHDVHGFRVWVIRUWKH &LW\6WDIIZLOODOVRXSGDWHWKHVSHFLILFDWLRQVWRFODULI\DIHZFRQFHUQVUDLVHGGXULQJWKHELGGLQJ SURFHVV RQ WKH UHTXLUHPHQWV RI SURGXFW VXEVWLWXWLRQV 7KLV VKRXOG RSHQ WKH SURMHFW WR PRUH FRPSHWLWLYHELGGLQJ Engineer’s Estimate Commercial Waterproofing Systems Nations Roof West, LLC    Page 65 of 145  5RRILQJ5HSODFHPHQWDW)LUH6WDWLRQ$GPLQLVWUDWLRQ )OHHW0DLQWHQDQFH3URMHFW 3DJH   ),6&$/,03$&7 7KHUHLVQRGLUHFWILVFDOLPSDFWRIWKHUHFRPPHQGHGDFWLRQ  $/7(51$7,9(6 Deny project re-advertisement7KH&LW\0DQDJHUPD\FKRRVHWRGHQ\DSSURYDOWRUHDGYHUWLVH 6WDIIGRHVQRWUHFRPPHQGWKLVRSWLRQDVWKHSURMHFWLVFULWLFDOWRWKHOLIHRIWKHVWUXFWXUHDQGZLOO QHHGWREHFRPSOHWHGDWWKHDSSURSULDWHWLPHWRSUHYHQWWRWDOIDLOXUH  $77$&+0(176 %LG5HVXOWV &RXQFLO5HSRUW$XWKRUL]LQJ$GYHUWLVLQJ   KWWSVVORFLW\FORXGVKDUHSRLQWFRPVLWHV6/2+XE$GPLQLVWUDWLRQFLW\PDQDJHUVUHSRUWV6KDUHG'RFXPHQWV3XEOLF:RUNV&,3 (QJLQHHULQJ5RRILQJ5HSODFHPHQWDW)LUH6WDWLRQ$GPLQLVWUDWLRQ )OHHW0DLQWHQDQFH&055HDGYHUWLVHGRF[ Page 66 of 145 Item # Item Description Unit of Measure Estimated QuantityItem Price Total1Simpson MST60 Strap EA 20$4,401 2Simpson Strong-Tie ST6224 EA 40$8,089 3HVAC Disconnect / Reconnect LS --- ---$1,784 4Demolition SQFT 10,064$29,984 5Damaged Roof Sheathing Replacement SQFT 3,200$27,290 6Replace Insulation SQFT 3,200$5,948 7Roofing SQFT 10,064$249,030 8Walkway Mats LF 277$6,840 9Sheet Metal Flashing, Trim and Joint Sealants LF 891$22,091 10New Copper Copping Cap ALLOWANCE LF 150$10,706 11Skylights EA 14$19,831 12Structural Repairs per Detail SR-01 LF 32$4,045 13Structural Repairs per Detail SR-02 Option 1 LF 180$14,215 14Structural Repairs per Detail SR-02 Option 2 LF 100$9,814 15Contractor Coordination LS ---$78,768 $492,836.00 ***A BID PACKAGE WAS RECEIVED FROM WICKS ROOFING, INC. BUT WAS DISQUAILIFED AS IT DID NOT CONFORM TO CITY STANDARD SECTION 2-1.33 "BID DOCCUMENTS COMPLETION AND SUBMITTAL". ROOFING REPLACEMENT AT FIRE STATION 1 ADMINISTRATION AND FLEET MAINTENANCE, SPECIFICATION NUMBER 1000172Total Bid AmountBid Opening: 07/28/2022Edwards Construction Group, IncPage 67 of 145 Page 68 of 145 City of San Luis Obispo, Public Works, 919 Palm Street, San Luis Obispo, CA, 93401-3218, 805.781.7200, slocity.org August 3, 2022 Wicks Roofing, Inc Jim Hughes 2170 Hutton Road Nipomo, CA 93444 Subject: Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance, Specification No. 1000172 On July 28, 2022 bids were opened for the “Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance,” Specification No. 1000172 (“Project”). The Project will replace the deteriorated roofing system on the Fire station #1 Administration and Fleet Maintenance buildings with a new system. Staff reviewed Wicks Roofing Inc.’s (Wicks) proposal and determined that it was non-responsive as the proposal did not include the bid forms and did not meet the requirements listed in the Notice to Bidders. Specifically, the proposal submitted was not in compliance with City Standard Section 2-1.33 as identified below: Submit bids as directed in the Notice to Bidders. Furnish bid using blank forms provided in the Special Provisions. Subcontractor List and percentage of each item subcontracted must be provided with the bid, on the List of Subcontractors forms provided. No bid will be considered unless accompanied by one of the following: a) Certified check b) Cashier’s Check c) Bidder Bond must comply with Section 2-1.34 You have an opportunity to comment upon this determination. Wicks may submit written material to the City explaining why its bid should be considered responsive no later than 5:00 PM, Wednesday August 10, 2022. If submitted, the written materials will be evaluated and provided to the City Council for consideration. The City Council will make the final decision at its regularly scheduled meeting on September 6, 2022. Sincerely, Nathan Garcia Nava Engineer I Page 69 of 145 Page 70 of 145 Page 71 of 145 Page 72 of 145 AGREEMENT THIS AGREEMENT, made on , by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and EDWARDS CONSTRUCTION GROUP, INC. (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of ROOFING REPLACEMENT AT FIRE STATION 1 ADMINISTRATION AND FLEET MAINTENANCE SPEC NO. 1000172 in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1 Simpson MST60 Strap EA 20 $220.05 $4,401 2 Simpson Strong-Tie ST6224 EA 40 $202.23 $8,089 3 HVAC Disconnect / Reconnect LS 1 $1,784.00 $1,784 4 Demolition SQFT 10,064 $2.98 $29,984 5 Damaged Roof Sheathing Replacement SQFT 3,200 $8.53 $27,290 6 Replace Insulation SQFT 3,200 $1.86 $5,948 7 Roofing SQFT 10,064 $24.74 $249,030 8 Walkway Mats LF 277 $24.69 $6,840 9 Sheet Metal Flashing, Trim and Joint Sealants LF 891 $24.79 $22,091            Page 73 of 145 492,836.00 10 New Copper Copping Cap ALLOWANCE LF 150 $71.37 $10,706 11 Skylights EA 14 $1,416.50 $19,831 12 Structural Repairs per Detail SR-01 LF 32 $126.41 $4,045 13 Structural Repairs per Detail SR-02 Option 1 LF 180 $78.97 $14,215 14 Structural Repairs per Detail SR-02 Option 2 LF 100 $98.14 $9,814 15 Contractor Coordination LS 1 $78,768.00 $78,768 BID TOTAL: $ Payments are to be made to the Contractor in compliance with an d subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive.            Page 74 of 145 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of AGENCY, provided such active negligence is            Page 75 of 145 determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. ATTEST: CITY OF SAN LUIS OBISPO A Municipal Corporation Teresa Purrington, City Clerk Erica A. Stewart, Mayor APPROVED AS TO FORM CONTRACTOR: Edwards Construction Group, Inc. J. Christine Dietrick City Attorney Brad Thomas Edwards Chief Executive Officer Ryan Christopher Edwards Secretary            Page 76 of 145 R ______ RESOLUTION NO. _____ (2022 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, AUTHORIZING USE OF CAPITAL PROJECTS RESERVE FUND TO SUPPORT THE ROOFING REPLACEMENT AT FIRE STATION 1 ADMINISTRATION AND FLEET MAINTENANCE, SPECIFICATION NUMBER 1000172 WHEREAS, in June of 2021, City Council approved the 2021-23 Financial Plan – Capital Improvement Program, which identified the Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance (Project) with the current budget of $297,000 to support implementation of the work; and WHEREAS, in July of 2021, City Council approved the use of $200,000 from the Capital Projects Reserve Fund to support construction work for the Project upon award of the contract; and WHEREAS, to provide funding to support the total construction contract for the Project, staff is recommending City Council approve the use of an additional $150,000 from the Capital Projects Reserve Fund; and WHEREAS, staff is recommending the total funding amount of $350,000 from the Capital Reserve fund to support construction of the Project; and WHEREAS, a balance of approximately $1.9 million is available from the Capital Projects Reserve Fund that does not account for the $200,000 previously approved by City Council in July 2021. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: Page 77 of 145 Resolution No. _____ (2022 Series) Page 2 R ______ SECTION 1. The City Council authorizes staff to transfer $350,000 from the Capital Projects Reserve Fund to the Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance project account 1000075-16. Upon motion of _______________________, seconded by _______________________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _____________________ 2022. ___________________________ Mayor Erica A. Stewart ATTEST: __________________________ Teresa Purrington City Clerk APPROVED AS TO FORM: __________________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, on ______________________. ___________________________ Teresa Purrington City Clerk Page 78 of 145