Loading...
HomeMy WebLinkAbout03/19/1996, C-4 - CONSTRUCTION MANAGEMENT SERVICES ON THE CITY HALL SEISMIC SAFETY AND HVAC IMPROVEMENTS PROJECT ►�IIIIf(�I�Ij�dJ�I city of San tins OBISp0 "' ► 9A �TERVA& 6 COUNCIL AGENDA REPORT rvug FROM: Michael D. McCluskey, Public Works DtrecteM Prepared by: David Elliott, Administrative Analy/ ��J� SUBJECT: Construction Management Services on the City Hall Seismic Safety and HVAC Improvements Project RECOMMENDATIONS: 1) Award the "Agreement to Provide Construction Management and Inspection Services - Specification No. 9101.530.554" to MarWal Construction, Inc. 2) Authorize the Mayor to execute the agreement DISCUSSION: At its meeting on February 27, 1996 the Council authorized Public Works to advertise for bids on the City Hall Seismic Safety and HVAC Improvements Project. Construction is tentatively scheduled to start on May 13, 1996. At the same meeting the Council also appropriated $65,600 for contract construction management services on this project. The actions recommended in this report follow through on procuring those construction management services. Public Works originally planned for the engineering inspection staff to manage the construction phase of this project, but the heavy current construction schedule has precluded that plan. Because of this heavy inspection load, an outside construction management firm is needed. In March 1995 the City requested proposals for construction management on the Headquarters Fire Station. Two qualified firms responded: MarWal Construction, Inc. with a price of $109,680 and Harris and Associates with a price of$161,400. The City awarded the contract to MarWal and later awarded MarWal another contract for construction management on the Parks and Recreation Office Building. For three reasons Public Works recommends awarding a contract to MarWal for construction management on the City Hall project: 1) The City will save the time and expense of requesting proposals, and time is particularly important as the project must be under construction by mid-May. 2) Work on City Hall will dovetail perfectly with MarWal's schedule. MarWal's work on the Headquarters Fire Station and the Parks and Recreation Office Building will be completed just about the time construction starts on City Hall. 3) There is no question that MarWal is well qualified and reasonably priced. MarWal's work on the both the Headquarters Fire Station and the Parks and Recreation Office Building has been outstanding. The attached agreement incorporates by reference applicable provisions of the City's agreement with MarWal for the Headquarters Fire Station project. C-y MY Of San tins OBISPO = COUNCIL AGENDA REPORT FISCAL WPACT: MarWal has proposed a construction management budget of$65,600, which includes preconstruction preparation, construction inspection at 3/4 time, and postconstruction contract administration. A supplemental appropriation by the Council on February 27,1996 included $65,600 for these services. Marwal's price of $50.00 per hour is comparable to prices paid for similar services on other recent projects. ATTACEMIENTS: agreement incorporated portions of Specification No. 95-19D (Headquarters Fire Station Inspection) proposal hW i1dm64hMac�tdala� C-AI-2 AGREEMENT TO PROVIDE CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES . SPECIFICATION NO. 9101.530.554 THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as the City, and MARWAL CONSTRUCTION, INC., hereinafter referred to as the Construction Manager. WITNESSETH: WHEREAS, on April 24, 1995, the City and the Construction Manager entered into an agreement for the Construction Manager to provide construction management and inspection services on the Headquarters Fire Station Project under Specification 95-19D; and WHEREAS, on June 15, 1995, the City and the Construction Manager entered into an agreement for the Construction Manager to provide construction management and inspection services on the Parks and Recreation Office Building Project under Specification 9101.530.554; and WHEREAS, the City needs similar construction management and inspection services on the City Hall Seismic Safety and HVAC Improvements Project, Specification 9101.530.553; and WHEREAS, the Construction Manager has submitted a proposal for providing the needed services; NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: I. DESCRIPTION OF WORK. The Construction Manager shall provide construction manage- meat and inspection services on the City Hall Seismic Safety and HVAC Improvements Project. To specifically describe these services, the following portions of City Specification No. 95-19D are incorporated in and made a part of this agreement, although this agreement shall supercede any conflicting provisions in the incorporated documents: a. Description of Work - Preconstruction Phase - Items I through 5 b. Description of Work - Construction Phase- Items 1 through 10 and items 12 through 16 C. Description of Work - Project Closeout Phase - Items 1 and 2 d. General Terms and Conditions - Items 9 through 24 Wherever the incorporated portions of Specification No. 95-19D refer to "the Fire Department" they shall mean "the Public Works Department". Wherever the incorporated General Terms and Conditions of Specification No. 95-19D refer to "the Contractor" they shall mean "the Construction Manager". The Construction Manager's proposal dated February 14, 1996 is also incorporated in made a part of this agreement. 2. TERM. The term of this agreement shall be from the date it is made and entered, as first written above, until construction of the City Hall Seismic Safety and HVAC Improvements Project is completed and accepted and the Construction Manager has completed all tasks included in the Description of Work. 3. THE CITY'S OBLIGATIONS. For performing the work described in Paragraph 1 of this agreement, the City will pay and the Construction Manager shall receive therefor payments based on the hourly rates listed in the Construction Manager's proposal dated February 14, 1996. 4. THE CONSTRUCTION MANAGER'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by the City, the Construction Manager agrees with the City to do everything required by this agreement. 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this agreement shall he in writing and shall be effective only upon approval by the City Administrative Officer of the City. 6. COMPLETE AGREEMENT. This written agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: the City Public Works Department City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401 the Construction Manager MarWal Construction, Inc. P.O. Box 13034 San Luis Obispo, CA 93406 8. AUTHORITY TO EXECUTE AGREEMENT. Both the City and the Construciton Manager do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year fust above written. ATTEST: CITY OF SAN LUIS OBISPO City Clerk Mayor APPROVED AS TO FORM: J r . J ens , Ci Attomey MARWAL CONSTRUCTION, INC. c-y-y DESCRIPTION OF WORK Essential services buildings are unique and require greater expertise, skills and knowledge than that of a regular construction project. It is defined in the State Building Code as "buildings designed and constructed to resist gravity forces, to minimize fire hazards and to resist, insofar as practical, the forces generated by winds and major earthquakes of the intensity and severity of the strongest anticipated at the building site with catastrophic collapse... capable of providing essential services to the public after a disaster." The State requires that no work be carried out except under the inspection of a project inspector. It is very specific as to what it deems the qualifications of a project inspector should be: at least three years of equivalent experience in construction work of a similar type, thorough knowledge of building materials, and be able to read and interpret plans and specifications. The City is requesting proposals for full-time (168 hours/month) Construction ManagemenODSA Certified Resident Inspection services. Clerical services, based on 168 hours/mo, will be as follows: project start-up (three months) - 84 hours/month, construction phase (eight months) - 32 hours/month, and project close-out (last month) - 84 hours/month. In addition to the above, the description of the work is as follows: PRE-CONSTRUCTION PHASE 1. Provide constructability review of the plans and specifications including construction management requirements in the General Conditions, maintainability and detail issues. '. Coordinate the bid process including bidders questions via the "Request for Interpretation" system provided for in the construction specifications. 3. Coordinate and conduct pre-bid walk-through and bid opening. 4• Assist the Fire Department in review of the bids presented. Issue Notice of Award and Notice to Proceed. Review General Contractor's submittal of contract, bonds and insurance for completeness. 5. Coordinate and conduct pre-construction conference. CONSTRUCTION PHASE 1. The Construction Manager (CM) is to provide administrative, management and related services as required to coordinate the work of the contractors with the activities and responsibilities of the Construction Manager, the Fire Department and the Architect to complete the project in accordance with the Fire Department's objectives for cost, time and quality. The Construction Manager is to administer all general conditions and construction support activities on behalf of the Fire Department. 2. Conduct construction and progress meetings as required to discuss such matters as procedures, progress problems and scheduling. 3• Establishment of quality control standards based on industry practices. G:\COMM ON\ADM IN\WP\vrd45.doc 1 F4. Review General Contractor's construction schedule on a monthly basis and advise the Fire Department as to any change that may cause delays or problems with the completion of the project and recommend corrective action. S. Recommend courses of action to the Fire Department when the requirements of the contract are not being fulfilled and the non-performing party will not take satisfactory corrective action. Implement Fire Department direction. 6. Recommend changes made necessary or desirable as a result of situations incurred during the actual construction. Review said requests for changes and submit recommendations to the Fire Department. If accepted, prepare a Change Order for the Fire Department's records and authorization. 7. Review payment applications by the Contractor for progress and final payments. Make recommendations for certification to the Fire Department for payment. Prepare Fire Department's accounting documents for processing. 8. Determine in general, that the work of each Contractor is being performed in accordance with the requirements of the contract documents. As required, make recommendations to the Fire Department and Building Official regarding special inspections or testing and of work not in accordance with the provisions of the contract documents. Subject to the review of the Fire Department and/or Building Official, reject work which does not conform to the requirements of the contract documents. 9. Maintain liaison and coordinate the activities of the Fire Department, Architect, Consultants and cooperate with other regulatory agencies and governing bodies. 10. Provide resident inspection services to insure compliance with code, plans, specifications and quality control required of an essential services facility. Provide daily logs containing records of weather, contractor's work on site, number of workers, work accomplished, problems encountered and other similar relevant data as the Building Official or Fire Department may require. Coordinate the services of special inspectors as required. 11. Provide semi-monthly and verified reports as required by the Essential Services Act. On a monthly basis the Executive Summary will be substituted for a semi-monthly as it includes a larger body of information such as budget, potential Cost Request Bulletins and progress photos. Submit DSA form, Inspector's Qualifications, to the architect and the City for approval as the inspector of record. 12. Create, maintain and make available to the contractors, a Request for Information form, whenever any corrective change is necessary in field construction that will result in a variance from the specifications and plans as originally issued. 13. Consult with the Architect, Fire Department and/or Building Official over any contractor requested interpretations of the meaning of the plans and specifications, and assist in the resolution of questions which may arise. 14. Receive and log all shop drawings, product data, samples and other contractor submittals prior to transmission to the Architect. Coordinate with the Architect procedures for expediting the processing and approval of shop drawings, product data, samples and other submittals. G:\C0MM0N\ADMIN\WP\vrd45.doc z c-y 15. Maintain at the project site, current record copies of all agreements, drawings, specifications, addenda, field orders, bulletins, contractor payment requests, change orders, modifications and other relevant contract documents in good order and marked to record all changes made during construction to: shop drawings, product data, samples, submittals, purchases, maintenance and operating manuals and instructions, other related documents and revisions which arise out of the work in the contract. 16. When the contractor's work or a designated portion thereof is substantially complete, prepare for the Fire Department, a list of incomplete or unsatisfactory items via a "punch list". PROTECT CLOSE OUT 1. Following the issuance of the Certificate of Substantial Completion of the project or designated portions thereof, evaluate the completion of the work of the contractor and make recommendations to the Fire Department when work is ready for final inspections. Coordinate and conduct final inspections with the Fire Department, the Architect, and the Building Official. 2. Secure and transmit to the Fire Department and Architect required guarantees, affidavits, releases, bonds and waivers. Coordinate delivery of all keys, manuals, record drawings, and maintenance stocks to the Fire Department. G:\COMMON\ADMINIWP\vrd45.doc 3 �-y-7 'p r 9. Insurance Requirements. The Contractor shall provide proof of insurance in the form, coverages, and amounts specified in Section E of these specifications within ten (10) calendar days after notice of contract award as a precondition to contract execution. 10. Business Tax. The Contractor must have a valid City of San Luis Obispo business tax certificate prior to execution of the contract. Additional information regarding the City's business tax program may be obtained by calling (805) 781-7134. CONTRACT PERFORMANCE 11. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 12. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 13. Payment of Taxes. The contract prices shall include full compensation for all taxes which the Contractor is required to pay. 14. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 15. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 16. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 17. Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. . 18. Payment Terms. The City's payment terms are thirty (30) days from the receipt of an original invoice and acceptance by the City of the services provided by the Contractor (Net 30). 19. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 20. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. G:\COMMON\ADMIN\WP\vrd45.doc 5 G- 00 �5,4 21. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 22. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify; protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 23. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to ekecute such a contract to any individual or business entity of any kind without the previous written consent of the City. 24. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform; which notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. G:\COMMON\ADMIN\WP\vrd45.doc 6 C-y �' . •'r5, fir('"' '_i. 71. D U U 19 A '°'R CONSTRUCTTONINC ti l WAL Ftbivi plA;n i I lie#,$?65115 Gr SAN Lj:. C.7. . February 14, 1996 Mr. Dave Elliott - Department of Public Works. City of San.Luis Obispo 955 Morro. San Luis Obispo, CA 93441 Re: Construction:Management/Resident Inspection Services Budgetary Consultant Fees City Hall Renovation Dear Dave: Per our conversation last week . I have outlined budgetary costs for providing Construction Management and Resident Inspection services to .the City on the City' Hall Renovation project. The costs are based on assuming a level of performance from the Architect and General. Contractor over which .Marwal Construction has no control. ) have included time for the construction phase, with a start date of May 14, 1996 and 195 calendar day schedule;as well as,minimal preconstruction and post construction phases. If the City wants to increase the .scope- of my services .it will be based on hourly rates already established. ' Phase Hours Unit rate Total Preconstruction 168 $50.00/hr $ 8,400.00 (One month) Construction --3/4 time 864. 550.00/hr $43,200.00 Support services 280 520.00/hr 5 5,600.00 (40 hours x 7 months) Post Construction - 168 •550.00/hr $.8,400.00 (One month) Total budget costs 565,600.00.• The above unit rates include alf required insurance expenses which includes $1 .0 million .General Liability.'and Automobile. Additional insured endorsements can be provided upon request. (805) 541-1145 Post Office Box 13034`• San Luis Obispo, CA 93406 City Hall. Renovation40 Page 2 Specification section .1.500; Mobilization, B, 3 indicates the Contractor is to provide a:minimum 8'x21' trailer with furniture, utifities, and telephone service. Based"on my experiences with the fire station project I would like to propose-the following: 1) The. Contractor-provide a 10x50 trailer 'for City use which will include the conference room for all project'meetings. This will provide a separate space that is away from the Contractor and is lockable fW security issues. The Contractor can then provide whatever size trailer they will require. 2) Essentially, I would move over all of the desks, chairs, tables,. copy machine and computer that belong to the City.and continue using them on this project. 3) Require the Contractor to provide all necessary office supplies. Again, thank you for this opportunityzo be of service. Please feel free to contact me if-you require any additional information. I can be reached at the following numbers, (805) 782-9040 or paged at (805) 546-2526.. Sincerely, Marcia Walther ' Marwal Construction Inc. cc: BUDGET