HomeMy WebLinkAbout01/05/1993, 5 - APPROVAL OF CONTRACTS FOR ARCHITECTURAL AND CONSTRUCTION MANAGEMENT SERVICE FOR NEW HEADQUARTERS FIRE STATION/RECREATION ADMINISTRATION BUILDING.MeetinL,_.ate: January 5, 1993
city of San LUIS OBISpo�
A COUNCIL AGENDA REPORT
From: Robert Neumann, Fire Chief
Prepared By: Erwin Willis, Battalion Chief
Subject: Approval of contracts for architectural and
construction management service for new
Headquarters Fire Station /Recreation
Administration Building.
CAO RECOMMENDATION:
1. By motion, approve and authorize the Mayor to execute a contract
with Ross Levin MacIntyre & Varner Architects in the amount of
$295,000, plus up to an additional $19,000 for early completion,
for architectural services for new Headquarters Fire
Station /Recreation Administration Building.
2. By motion, approve and authorize the Mayor to execute a contract,
with Vanir Construction Management, Inc. in the amount of $49,041
for Construction Management services for new Headquarters Fire
Station /Recreation Administration Building.
DISCUSSION:
The Headquarters Fire Station was constructed in 1940 as a Works
Progress Administration (WPA) project. It was originally two
buildings housing City Hall, the Police Department and Fire
Department. After the Police Department vacated the buildings in
1976, the two buildings were connected to become one structure.
After the San Fernando Valley earthquake, the Fire Department became
very concerned about the structural stability of the Headquarters Fire
Station and in 1986, the Department hired Applied Engineering to do a
structural analysis of the facility. The study found that the Station
was extremely deficient with inadequate reinforcing metal in the
walls, inadequate roof trusses, inadequate roof diaphragm to wall
connections, and many other problems. The conclusion of this study
was the cost of bringing the building up to State requirements for a
fire station exceeded the value of the building. Shortly after this
study three roof trusses in the shop area of the building failed,
requiring that portion of the building to be vacated and shored up
until new metal trusses could be designed and installed.
In 1986, based on the above study and due to the inadequate size and
structural deficiencies, the Fire Department requested funding to
replace the Headquarters Fire Station. Council delayed this request
and requested a comprehensive study be commissioned on the needs and
adequacy of all City facilities. This "Facilities Master Plan" was
completed by West + Doubledee Architects and approved by Council in
1988.
���� "�� ►�hIIl��po ,I���l City Of San tuts OBI Sp0
COUNCIL AGENDA REPORT
This study concluded that the Headquarters Fire Station was the most
deficient structure in the City and the most in need of replacement.
The study states: "Many additions and modifications over the years
have contributed to its current inefficient and crowded arrangements.
Current circulation patterns are awkward and inefficient. Termite
damage and infestations are evident. Recent reports.indicate that the
building is structurally unsound. The building also has inadequate
heating, plumbing and electrical systems: poor ventilation; inferior
lighting; and a leaky roof."
Based on these studies, during the FY 1989 -91 budget hearings the City
Council approved funding for the construction of a new 20,000 sq. ft.
Headquarters Fire Station with 6,500 sq. ft. of expansion office
space. The current budget includes $2,500,000 for site acquisition
and $450,000 for design of this new station. On November 7, 1990,
Council approved expending $2,640,000 for the purchase of the Emerson
School site for the new station and directed staff to begin design and
planning activities for the relocation of Fire Station Number One.
At the July 21, 1992, meeting Council certified a list of qualified
architectural firms and directed staff to start negotiations with the
top firm, Ross Levin MacIntyre & Varner Architects. At this meeting
Council also directed that the 6,500 sq. ft. of expansion office space
be used for the administrative offices of the Recreation Department.
At the September 1, 1992, meeting Council certified a list of
Construction Management firms and approved Staff entering into a
$9,500 contract with Vanir Construction management. Vanir's contract
called for architectural negotiation services not to exceed $4,500 and
programming services not to exceed $5,000.
Vanir has completed the negotiations phase and has brought forward a
proposed architectural contract in the amount of $295,000. Staff
believes that Vanir has negotiated an excellent contract for the City.
The original amount requested by Ross Levin MacIntyre & Varner for
architectural services exceeded $400,000. Additionally, the contract
is very thorough and precise. The Engineering Department has praised
the completeness of this contract and stated that it will provide a
model for future City architectural contracts.
During the negotiations phase of this project the value of using a
construction management firm was demonstrated. As stated, Vanir, due
to their extensive construction background, was able to reduce the
amount of the architectural contract by over $100,000. The cost to
the City for this service was $3,000. Staff believes that similar
savings can be realized if this firm is retained for the remainder of
the construction project.
At the September 1, 1992, Council meeting staff requested to negotiate
a $100,000 to $155,000 contract with Vanir for the entire project.
Council rejected this contract but approved $9,500 for the
negotiating /programming phase of the project. Council also approved
staff returning with a more limited construction management contract
��►�►�H�IVIIIII��� ���U city of San IU1S OBISpo
COUNCIL AGENDA REPORT
for Vanir when staff returned with the architectural contract.
Staff has worked with Vanir to develop an alternative "limited scope"
construction management contract. We believe this contract will
provide the City with the expertise to complete the City's first State
designated "essential service facility" at a minimal cost to the City.
Staff has contacted several agencies that Vanir has done work for.
All of these agencies indicated that Vanir has saved them more than
the cost of their services. This was vividly demonstrated to the City
staff during the negotiations phase of this project.
Under this "limited scope" contract many of the services that Vanir
would have provided under the original proposal will now be done by
the City's Engineering Department i.e., State required on site
inspections, review of all plans and modifications, all bidding
services, etc. Vanir will concentrate its efforts in three areas
where City Staff does not have the expertise or experience in
constructing an essential service facility, such as a fire station.
1) Vanir will do the cost estimating for the project to verify the
architect's estimates. Vanir's staff includes personnel who
specialize in cost estimating and have developed a computer data base
of materials and construction costs that assist them in providing
accurate cost estimates. 2) Vanir will provide "change order"
management and negotiating. They have the expertise to keep "change
orders" and their cost to a minimum. This is an area that has greatly
escalated the cost of recent City projects. 3) Vanir will provide
scheduling and management services to keep the project on time and on
budget. Again, staff believes that the overall cost of the project
will be reduced by using ---construction management firm.
Contract highlights
As stated, the total architectural contract amount is $295,000. The
contract calls for all design phases to be completed within 18 months
of the signing of the contract. The contract also has an acceleration
clause that pays the architect an additional $19,000 if they can
complete all design phases within-.13 months, or $10,000 if the design
is completed within 14 months. This acceleration clause is included
to try and speed design-so the City can take advantage of the current
reduced construction costs due to the recession. The contract also
has a $500 per day liquidated damages clause if the design is not
completed within the stipulated 18 months.
The Contract requires the Architect to- attend all ARC, Planning
Commission and Council meetings regarding this project. In addition,
the contract requires the architect to hold three neighborhood
meetings at the site to gather input and gain consensus from people
that live near the site.
Additionally, the contract requires an independent third party,
approved by the City, to do a Value Engineering and Constructability
��i�►bNlfulllll���l ���ll MY Of San WIS OBISPO
COUNCIL AGENDA REPORT
study of the project. The Value Engineering evaluation looks at the
"life cycle" cost of the major components of the building to determine
the most cost effective products and materials to use in the
structure. The Constructability study looks at the cost of
alternative construction methods for the structure. These independent
evaluations of the architect's designs help guarantee that the City is
receiving the most value for the money spent.
FISCAL IMPACT
The architectural contract will have a base cost of $295,000 with the
possibility of a maximum acceleration payment of $19,000. The
construction management contract will be $4.9,041. This provides a
total maximum design and management expenditure of $363,041. The
current budget includes $450,000 for the design phase of this project.
The FY 1991 -93 Financial Plan contains $3,000,000 for the construction
of the new station and Recreation Department offices ($2,350,000 for
the Fire Station and $650,000 for the Recreation Department's office
space). The construction of this project will be debt financed.
Continuation on this capital improvement project was approved by the
City Council on June 30th for reasons related to the City's
longstanding investment in, and commitment to, the replacement of this
important public safety facility.
CONCURRENCES
The City Attorney, City Engineer and Risk Management Analyst have
reviewed and approve of the contract. The City Engineer also agrees
with the use of construction management contract due to Vanir's
extensive expertise in building construction management.
The Recreation Director concurs and will be involved in the design
stages of the facility.
ATTACHMENTS
All contracts are available in the Council Office for review.