Loading...
HomeMy WebLinkAboutItem 6f. Award Construction Contract for Fire Station 1 Fleet Maintenance Roof Project (Spec. No. 2000075-5.01) Item 6f Department: Public Works Cost Center: 5005 For Agenda of: 9/19/2023 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Nathan Garcia Nava, Engineer I SUBJECT: AWARD CONSTRUCTION CONTRACT FOR FIRE STATION 1 FLEET MAINTENANCE ROOF PROJECT, SPECIFICATION NO. 2000075-5.01 RECOMMENDATION 1. Award a Construction Contract to Edwards Construction Group, Inc. in the amount of $348,290.86 for the Fire Station 1 Fleet Maintenance Roof Project, Specification Number 2000075-5.01; and 2. Approve the transfer $81,893 between Major Facilities Maintenance Account subprojects to support the project; and 3. Approve the transfer of $18,000 from the Local Sales Tax Fund Completed Projects Undesignated Capital Account to the project account (Spec. No. 2000075-5.01). POLICY CONTEXT On May 17, 2022, the City Council approved a Purchasing Policy Update to the Financial Management Manual that requires Council approval for Public Projects that cost over $200,000. On June 6, 2023, the City Council authorized the invitation for bids for the Fire Station 1 Fleet Maintenance Roof project and delegated award authority to the City Manager if bids were within the engineer’s estimate. Awarding a contract with a value more than the engineer’s estimate requires Council approval. DISCUSSION Background Built in 1996, Fire Station #1 serves as the hub for the Fire Department’s four stations located in San Luis Obispo and houses the Fire Department’s administrative personnel and shift firefighters. The Fire Station 1 Fleet Maintenance Roof (Project) involves the replacement of the deteriorated roof at the fleet maintenance building. The scope of the Project was originally included in the Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance project that completed construction in January 2023, but the fleet maintenance roof work was deferred due to unforeseen constructability issues that required the proposed roof maintenance project to be redesigned. Page 49 of 323 Item 6f Design changes were largely focused on the need to remove the roof decking in order to properly address the deteriorated roof. The parapet of the roof was also raised to ensure that the fleet maintenance roof is in compliance with current codes and standards. On June 6, 2023, after completing the design plans and special provisions, staff went to City Council to obtain approval of the plans and specifications and to authorize advertising the Project for bids. On August 24, 2023, a bid opening was held where one bid was received from Edwards Construction Group, Inc. (Bid Results - Attachment A) for a total of $348,290.86, which was higher than the engineer ’s estimate. After a review of the qualifications and requirements, City staff found that Edwards was the l owest and responsible bidder. Table 1: Bid Results from the bid opening on August 24, 2023. Engineer’s Estimate Edwards Constructions Group, Inc. $250,000 $348,290.86 The proposal from Edwards Construction Group, Inc. exceeded the Engineer’s Estimate of $250,000. Although the bid was over the funding limit, staff is recommending award of the contract (Draft Contract with Edwards Construction Group, Inc. – Attachment B) and transferring an additional $99,893 to the Project account from the Major Facilities Maintenance Account and the Local Sales Tax Fund Completed Projects Undesignated Capital Account as shown in Fiscal Impact Section of this report. The timing for delivery of this Project is critical as delay in construction in combination with the approaching winter season can lead to further deterioration of the roof. Previous Council or Advisory Body Action  On June 7, 2022, Council adopted the FY 2022-23 Budget Supplement.  On June 6, 2023, Council authorized the invitation of bids for the project. Public Engagement This capital Project was originally included in the 2021-23 Financial Plan as part of the Roofing Replacement at Fire Station 1 Administration & Fleet Maintenance project. The 2021-23 Financial Plan was adopted by Council on June 1, 2021, after having undergone extensive community outreach and affording opportunities for public review. CONCURRENCE A building permit application was submitted to the Community Development Department’s Building Division in April 2023. The building permit 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. Page 50 of 323 Item 6f ENVIRONMENTAL REVIEW The Community Development Department issued a Notice of Exemption for this project pursuant to section 15301 Class 1 (Existing Facilities) and section 15 302 Class 2 (Replacement or Reconstruction) of the California Environmental Quality Act Guidelines. FISCAL IMPACT Budgeted: Yes Budget Year: 2022-23 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Additional Funding Request Remaining Balance Annual Ongoing Cost General Fund: Major Facility Maintenance Account Task Number 00 $81,893 $81,893 $0 $0 State $0 $0 $0 $0 Federal $0 $0 $0 $0 Fees $0 $0 $0 $0 Other: Completed Projects Undesignated Capital $18,000 $18,000 $0 $0 Total $99,893 $99,893 $0 $0 As mentioned above, the Project was previously part of the Roofing Replacement at Fire Station 1 Administration & Fleet Maintenance project before its removal from the project scope. There is a remaining balance of $309,704 in the project account that will be used for the construction of this project. The balance includes the Council approved transfer of $63,563 from the City Hall Meeting Room Tenant Improvement project and $60,000 that was allocated on July 1, 2023, per the 2023-2025 Financial plan. With authorization to award the project, staff is requesting approval to transfer $81,893 from within tasks of the Major Facilities Maintenance Account. The facilities maintenance account has an available balance of $81,893.28 in Task Number 00 that currently is not allocated to an existing project and can be used to advance this major facilities maintenance project to construction. There is an additional funding request of $18,000 from the Local Sales Tax Completed Projects Undesignated Capital Account to the project account to construct the project. The current available balance of the Local Sales Tax Fund Completed Projects Undesignated Capital Account is $18,000 which is sufficient to support the additional funding needs of this Local Sales Tax funded Project. After approval of the request, there will be a remaining balance of $0 in undesignated capital. Page 51 of 323 Item 6f Fire Station 1 Fleet Maintenance Roof Account (Task 2000075-5.01) Major Facility Maintenance Account (Task 2000075-00) Completed Projects Undesignated Capital Major Facility Replacement Fund - LRM Major Facility Replacement Fund - LRM General Fund Bid Total:$309,704 $39,290 $0 $348,994 Construction Contingencies (15%)$0 $42,603 $9,641 $52,244 Total for Construction $309,704 $81,893 $9,641 $401,238 Materials Testing:$0 $0 $3,913 $3,913 Construction Support:$0 $0 $3,893 $3,893 Printing:$0 $0 $553 $553 Total Project Cost $309,704 $81,893 $18,000 $409,597 Current Project Balance:$309,704 $81,893 $18,000 $409,597 Additional Funding Request $0 $81,893 $18,000 $99,893 Post Project Balance $0 $0 $0 $0 Fire Station 1 Fleet Maintenance Roof, Specification No. 2000075-5.01 Project Total Cost ALTERNATIVES 1. Deny approval to award the project. City Council could choose to reject the award of the construction contract to Edwards Construction Group and defer the project for re-advertisement. Staff does not recommend this option as further delays to construction, would allow for further deterioration of the roof. 2. Deny the use of additional funds. City Council could choose to deny the use of Major Facilities Maintenance Account funds and Completed Projects Undesignated Capital funds to support the construction cost. City staff does not recommend this option as the fleet maintenance roof was supposed to be completed in part with the Roofing Replacement at Fire Station 1 Administration and Fleet Maintenance project. Further delay in the restoration of the roof leads in increase in construction cost. ATTACHMENTS A – Bid Results (Spec. No. 2000075-5.01) B – Draft Contract with Edwards Construction Group, Inc. Page 52 of 323 Bid Opening: 08/24/2023 Item #Item Description Unit of Measure Estimated Quanity Item price Total 1 Unmount Mechanical, Electrical and Plumbing conduits, ducts equipment from decking, fasten permanently to interior structural frame. LS 1 ---$31,590.00 2 Unmount sprinkler conduits from decking, fasten permanently with sprinkler approved hardware to existing interior structural frame. LS 1 ---$19,556.00 3 Removal of existing multi-layer roofing.SQFT 1,535 $8.38 $12,863.30 4 Removal of corroded metal decking SQFT 1,430 $11.04 $15,787.20 5 Remove wood-framed,water-damaged exterior molding, cross section (approximately 6.0” x 26.0”)LF 160 $94.02 $15,043.20 6 Haul-off of debris LS 1 ---$6,017.00 7 Install new metal decking, sheathing, cover boards SQFT 1,430 $39.97 $57,157.10 8 Build up parapet with wood framed construction LF 160 $243.80 $39,008.00 9 Patch & paint exterior wall in the area of removed molding (approximately 25.0’ above ground)SQFT 400 $103.20 $41,280.00 10 Reinstall and attach Mechanical, Electrical and Plumbing equipment to existing structural frame and/or new roof decking LS 1 ---$9,527.00 11 Install new scuppers and connect to existing downspouts EA 2 $3,409.73 $6,819.46 12 Install new roofing system SQFT 1,430 $36.70 $52,481.00 13 Install parapet roof membrane, flashing, and metal coping LF 160 $178.91 $28,625.60 14 Reinstall and attach sprinkler conduits equipment to existing structural frame and/or new roof decking LS 1 ---$12,536.00 $348,290.86** FIRE STATION 1 FLEET MAINTENANCE ROOF, SPECIFICATION NO. 2000075-5.01 Total Bid Amount **Total bid amount is based on item price. Per section 2-1.33A, in the case of arithmetic discrepancy between item prices and total prices, items prices prevail over total prices. Edwards Construction Group, Inc. Page 53 of 323 Page 54 of 323 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 FIRE STATION 1 FLEET MAINTENANCE ROOF, SPECIFICATION NO. 2000075-5.01 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 Item Description Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1 Unmount Mechanical, Electrical and Plumbing conduits, ducts equipment from decking, fasten permanently to interior structural frame. LS 1 ---- $31,590.00 2 Unmount sprinkler conduits from decking, fasten permanently with sprinkler approved hardware to existing interior structural frame. LS 1 ---- $19,556.00 3 Removal of existing multi-layer roofing. SQFT 1,535 $8.38 $12,863.30 4 Removal of corroded metal decking SQFT 1,430 $11.04 $15,787.20 DocuSign Envelope ID: 0D00D4EB-7730-41E7-B1E9-99764FF0F7A6 Page 55 of 323 5 Remove wood-framed, water- damaged exterior molding, cross section (approximately 6.0” x 26.0”) LF 160 $94.02 $15,787.20 6 Haul-off of debris LS 1 ---- $6,017.00 7 Install new metal decking, sheathing, cover boards SQFT 1,430 $39.97 $57,157.10 8 Build up parapet with wood framed construction LF 160 $243.80 $39,008.00 9 Patch & paint exterior wall in the area of removed molding (approximately 25.0’ above ground) SQFT 400 $103.20 $41,280.00 10 Reinstall and attach Mechanical, Electrical and Plumbing equipment to existing structural frame and/or new roof decking LS 1 ---- $9,527.00 11 Install new scuppers and connect to existing downspouts EA 2 $3,409.73 $6,819.46 12 (S) Install new roofing system SQFT 1,430 $36.70 $52,481.00 13 (S) Install parapet roof membrane, flashing, and metal coping LF 160 $178.91 $28,625.60 14 Reinstall and attach sprinkler conduits equipment to existing structural frame and/or new roof decking LS 1 ---- $12,536.00 BID TOTAL: $348,290.86 Payments are to be made to the Contractor in compliance with and 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. 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 DocuSign Envelope ID: 0D00D4EB-7730-41E7-B1E9-99764FF0F7A6 Page 56 of 323 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 City, provided such active negligence is 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. DocuSign Envelope ID: 0D00D4EB-7730-41E7-B1E9-99764FF0F7A6 Page 57 of 323 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. ATTEST: _______________________________ Teresa Purrington, City Clerk CITY OF SAN LUIS OBISPO A Municipal Corporation ___________________________________ Erica A. Stewart, Mayor APPROVED AS TO FORM CONTRACTOR: EDWARDS CONSTRUCTION GROUP, INC. ________________________________ J. Christine Dietrick ___________________________________ Brad Thomas Edwards City Attorney Chief Executive Officer ___________________________________ Ryan Christopher Edwards Secretary DocuSign Envelope ID: 0D00D4EB-7730-41E7-B1E9-99764FF0F7A6 Page 58 of 323