Loading...
HomeMy WebLinkAbout2021-06-08 - AGENDA REPORTS - F3023 SCV SHERIFF STATION PHASE III B (2)14 of sXNTA C< U � CONSENT CALENDAR CITY OF SANTA CLARITA AGENDA REPORT CITY MANAGER APPROVAL: DATE: June 8, 2021 Ju'll J� �' Agenda Item: 14 SUBJECT: SANTA CLARITA VALLEY SHERIFF'S STATION - PHASE III B, PROJECT F3023 - APPROVE ONSITE CONSTRUCTION CONTRACT MODIFICATIONS DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: Extend the current contract and authorize an increased expenditure authority for the addition of a code compliant smoke control system to Icon West, Inc., for a total amount not to exceed $1,200,000. 2. Extend the current contract and authorize an increased expenditure authority for deputy inspection and material testing services to Atlas Technical Consultants, LLC, for a total amount not to exceed $55,000. 3. Extend the current contract and authorize an increased expenditure authority for project management services and warranty cost to MNS Engineers, Inc., for a total amount not to exceed $268,000. 4. Extend the current contract and authorize an increased expenditure authority for architectural and design services to WLC Architects for a total amount not to exceed $129,590. 5. Appropriate to the Santa Clarita Valley Sheriff's Station project accounts as follows: F3023723-5161.001 for $957,924 from the Facilities Fund Balance and F3023306-5161.001 for $584,876 from the Law Enforcement Facility Fees. 6. Authorize the City Manager or designee to execute a Utility Reimbursement Agreement with Santa Clarita Valley Water Agency to reimburse the City for the design and construction of a 16-inch water main line on Golden Valley Road, subject to City Attorney approval. Page 1 I Packet Pg. 97 14 7. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND In May 2016, the City of Santa Clarita (City) and Los Angeles County (County) entered into a Memorandum of Understanding to construct a new 45,000-square-foot Santa Clarita Valley Sheriff's Station (Sheriff s Station), along with a 4,000-square-foot vehicle maintenance facility and helipad to serve the entire Santa Clarita Valley. The current Sheriff's Station, located at 23740 Magic Mountain Parkway, was built in 1972 and is no longer adequate to effectively serve the needs of the community. This project supports the Santa Clarita 2025 theme of Public Safety. In November 2016, the City Council awarded contracts for Phase I of the project, which included the preparation of the environmental and geotechnical studies and concept design. Subsequently, in June 2017, the initial study and Mitigated Negative Declaration (MND) for the project was completed in compliance with the California Environmental Quality Act as part of Phase L The final MND was approved and certified by the City Council on August 22, 2017. In October 2017, the City Council awarded an architectural and civil design contract for Phase II of the project, which included finalizing the concept design developed in Phase I and the preparation of all associated architectural, structural, and civil engineering drawings and specifications necessary for the construction of the project. Phase III construction activities for the Sheriff's Station have been divided into the following three sub -phases: Phase III A - Onsite improvements: These improvements are complete and included grading, retaining walls, drainage improvements, traffic control, erosion control, and demolition. Phase III B - Onsite construction: These improvements are 90 percent complete and includes the construction of the main station building with a detention area, helipad, vehicle maintenance building, visitor parking, staff parking, generator, fuel station, utility connections, radio antenna tower, perimeter walls, landscaping, and the purchase of furnishings, fixtures, and equipment. The Los Angeles County Sheriff's Department (LASD) is scheduled to move into the facility in July 2021. Phase III C - Golden Valley Road right-of-way improvements: These improvements are complete and included demolition, utility connections, storm drain installation, roadway improvements, median modifications, west curb and gutter, west streetlights, southbound lanes repairs and paving, west sidewalk installation, commercial driveways, and an emergency response traffic signal. As this project has progressed, staff has worked with LASD to continually assess the overall scope of the project to ensure that it meets their operational needs. At this time, several contracts need to be amended to account for the added design and construction services to complete the project and to provide oversight during the contractor's one-year warranty period. Page 2 1 Packet Pg. 98 14 Phase III B Onsite Construction - Icon West On May 28, 2019, the City Council awarded a construction contract for Phase III B Onsite Construction to Icon West, Inc., for a total amount not to exceed $47,397,669. Phase III B of the project has incurred several design changes during construction, including adding a code -required, dedicated smoke control system in the detention area. This addition was added mid -construction and requires the coordination of multiple trades, additional permitting through jurisdictional authorities, and removal and rework of existing constructed features. Design revisions combined with unforeseen field conditions have caused the construction schedule to be extended and have resulted in additional costs. To cover the cost of adding a dedicated smoke control system, it is recommended that the City Council increase the current contract authority by atotal of $1,200,000. Deputy Inspection and Material Testing Services - Atlas Technical Consultants On September 8, 2020, the City Council amended a deputy inspection and material testing service contract with Atlas Technical Consultants, LLC., for a total amount not to exceed $332,033. Due to the complexity of the project, additional inspections and testing are required to ensure quality control. A specialized review and inspection process are also required for the dedicated smoke control system in the detention area. To continue inspections and testing through the end of the project, it is recommended that City Council increase the current contract authority by a total of $55,000. Project Management Services and Warrantv Period - MNS Engineers On September 8, 2020, the City Council amended the project management contract with MNS Engineers, Inc., for a total amount of $66,000. MNS Engineers, Inc., has provided project management services for each of the three phases of the project. Due to unforeseen field conditions and design revisions, the project management services will need to be extended two months to cover the new construction end date. In addition, staff is requesting to extend project management services through the contractor's one-year warranty period. This will provide continuity of service due to the complex nature of the project, which includes multiple technology and mechanical systems and will provide a smooth transition to meet the operational needs of LASD. It is recommended that City Council increase the current contract authority by $223,000 for the one-year warranty period oversite and $45,000 for project management services, for a total amount of $268,000. Architectural and Design Services - WLC Architects On September 8, 2020, the City Council amended the architectural and design services contract with WLC Architects, for a total amount of $374,303. Due to the extension of the construction schedule, two additional months of design construction support will be needed. Additional oversight is also needed to coordinate the data systems with security systems, emergency services, utilities, fire systems, electrical, detention technology, distributed antenna system, and LASD radio technology. To maintain continuity of design construction support and allow for additional oversight of data system installation, it is Page 3 Packet Pg. 99 14 recommended that the City Council increase the current contract by $129,590. Budiaet Appropriation The requested budget appropriation of $1,542,800 will provide funds necessary to extend the construction contract and various consultant contracts, ensure oversite for the one-year warranty period. City staff has negotiated fair and reasonable fees with the aforementioned firms for the work required to complete Phase III B - Onsite Construction. The recommended action to modify the current contracts for each firm and appropriate additional funds will provide for the uninterrupted flow of construction through the successful completion of the project. Utilitv Reimbursement Agreement As part of the Sheriff's Station project, the 16-inch water main line on Golden Valley Road was extended from north of Robert C. Lee Parkway to the project site. The main line extension provides development benefits to properties along Golden Valley Road that will now have access to tie into the water line. The cost to the City for the design, construction, and associated fees for this improvement was $2,000,000. The City and Santa Clarita Valley Water Agency are in discussions regarding potential reimbursement to the City for the costs of adding the water infrastructure. The agreement would potentially reimburse the City over time for up to 90 percent of the costs to extend the water main line. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Funding requests for the recommended actions would use Facilities Fund Balance in the amount of $957,924, and from the law enforcement facility fees for $584,876. The law enforcement facility fees utilized for this project totals $2,457,766. Approval of the recommended actions brings the total Sheriffs Station project budget to $68,886,449. ATTACHMENTS Bid Proposal for Icon West - Original (available in the City Clerk's Reading File) Bid Proposal for Atlas (available in the City Clerk's Reading File) Bid Proposal for MNS Engineer, Inc - Addendum 4 (available in the City Clerk's Reading File) Bid Proposal for MNS Engineer, Inc - Addendum 5 (available in the City Clerk's Reading File) Bid Proposal for WLC Architects (available in the City Clerk's Reading File) Page 4 Packet Pg. 100 May24,2021UHIG#1019097PW Ms.LisaCampos CityofSantaClarita 23920ValenciaBlvd SantaClarita,California91355 ViaEMail:lcampos@santaclarita.com Reference:SantaClaritaValleyStationBudgetIncreaseProposal#2 DearMs.Campos: AtlasTechnicalConsultants,fkaUnitedHeiderInspectionGroup(UHIG)ispleasedtobeapartofyourprojectteam providingconstructionmaterialstestingandinspectionservicesontheSantaClaritaValleyStationProject.In communicationwithMs.Campos,wehaveestablishedtheneedforadditionalfundstocompletekeyproject milestonesthroughDecember2021.Ourbudgetincreaseproposalisbaseduponthefollowingproposal: BudgetIncreaseProposal DescriptionQuantityUnitRateSubtotals MultiDisciplinedLeadInspector500Hours$94.00$47,000.00 AdditionalInspectors/TechniciansAsNeeded30Hours$90.00$2,880.00 MaterialTestingAllowance1Each$5,120.00$5,120.00 GRANDTOTAL$55,000.00 Thetimeframesareestimatesonlyandserviceswillberequestedonanasneededbasis,anyremainingfundswillbe deductedfromthechangeorder. WearecommittedtoprovidingtheCityofSantaClaritawiththeverybestserviceatacompetitivepricetofulfillthe additionaltestingandinspectionsrequired.Pleasefeelfreetocontactuswithanyquestionsyoumayhaveorfor furtherinformation. RespectfullySubmitted, ATLASTECHNICALCONSULTANTS BridgetSherman OperationsManager Bridget.Sherman@oneatlas.com 14457MeridianParkway|Riverside,California92518|P:951.697.4777|F:951.888.3393 www.oneatlas.com EXHIBIT A–SCOPE OF WORK scope The City of Santa Clarita(hereinafter “City”) has engaged MNS to providea qualified consultant (Mr. Ross Pistone) to provide project management services to assist with the delivery of the new Santa Clarita Valley Sheriff’s Station project. The hourly rate for assigned staff shall not exceed $163.00 per hour. The original contract amount was executed for a maximum of $290,000.00, to provide the following services: Attend Meetings Maintain Project Files (hard copy and electronic) Scheduling Meeting Minutes Correspondence Review Plans Review Reports Utility Coordination Research Project Inspections Oversee Project Consulting Team Activities Project Status Reports Contract Compliance Coordinate with External Project Team Members Amendment No. 01\[Previously Executed\]: Provide support during the project design phase for an additional amount not to exceed $95,000.00. Amendment No. 02 \[Previously Executed\]: Provide project management services through completion of construction, including project- related reimbursable expenses, for an additional amount not to exceed $861,570.00. Extended contract completion date to March 31, 2021. Amendment No. 03 \[Previously Executed\] Engineering • Surveying• Construction Management EXHIBIT A–SCOPE OF WORK scope Provide project management support, including project-related reimbursable expenses, for an additional two (2) months for an amount not to exceed $60,000.00. Amendment No. 04 Provide project management support, including project-related reimbursable expenses, for an additional 245 hours for an amount not to exceed $45,000.00. Services that will continue to be provided through include the following: o Supervise Consulting Construction Manager o Supervise Consulting Project Coordinator o Attend Meetings o Maintain Project Files (hard copy and electronic) o Scheduling o Meeting Minutes o Correspondence o Review Plansand Specifications o Review Third Party Reports o Utility Coordination o Conduct Research as Needed o Project Inspections o Manage Project Design Team Activities o Project Status Reports o Contract Compliance Engineering • Surveying• Construction Management EXHIBIT A–SCOPE OF WORK scope The City of Santa Clarita(hereinafter “City”) has engaged MNS to providea qualified consultant (Mr. Ross Pistone) to provide project management services to assist with the delivery of the new Santa Clarita Valley Sheriff’s Station project. Currently, it is the City’s intent to retain Mr. Pistone to continue to provide project management services, including project-related reimbursable expenses, through the contractor warranty period. These services would commence on or around July 12, 2021 and end on June 30, 2022. Mr. Pistone will assist City staff as directed, related to the warranty needs for the facility for a period of one (1) year. It is estimated Mr. Pistone will work approximately 1,040 hours at an hourly rate of $200/hour, for a total of $208,000. Reimbursable expenses are estimated to be $15,000. Total Fee for this portion of the project = $223,000.00. Engineering • Surveying• Construction Management Rev. 3 April 2019 DOCUMENT 00 4113 BID FORM TO THE CITY OF SANTA CLARITA THIS BID IS SUBMITTED BY: ICON WEST INC (Firm/Company Name) Re:Santa Clarita Valley Sheriffs Station Phase III B at 26201 Golden Valley Road, Santa Clarita, California 91350, Project Number F3023 / Phase III B f Project Bid Number ENG-18-19=F3023-D 1. The undgrsigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement ' with the CITY OF SANTA CLARITA in the form included in the Contract Documents, Document 00 5200 (Agreement), to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with all other terms and conditions of the Contract Documents. 2, Bidder accepts all of the terms and conditions of the Contract Documents, Document 00 1113 (Notice Inviting Bids), and Document 00 2113 (Instructions to Bidders) including, without limitation, those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance by City for 120 Days after the day of Bid Opening 3. In submitting this Bid, Bidder represents that Bidder has examined all of the Contract Documents, performed all necessary Pre -Bid investigations, attended the mandatory Pre -Bid Meeting, if any, received the Pre -Bid Meeting minutes (if'any), and received the following Addenda: Addendum Number ADDENDUM DATE Signature of Bidder Addendum 1 March 1, 20I9- Addendum 2 March 20, 2019 Addendum 3 March 20, 2019 l Addendum 4 March 27, 2019 Addendum 5 April 12, 2019 4. Based on the foregoing, Bidder proposes and agrees to fully perform the Work within the time stated and in strict accordance with the Contract Documents for -the following sums of money listed in the following Schedule of Bid Prices: Bid Form 00 4113 -1 Santa Clarita Valley Sheriffs Station F3023 Phase III B ALLOWANCE Total Bid Price: Rev. 3 April 2019 FORTY TWO MILLION RIVE HUNDRED FIFTY EIGHT THOUSAND SEVEN HUNDRED NINETY DOLLARS ONLY ALLOWANCE (Indicate Bid Price in Words) DESCRIPTION ALLOWANCE ($) 1 j Purchase and Installation of solar panel system $ 360, 000.00 2 J Purchase and Installation of Drainage Structures $ 50,000.00 3 I Installation of City's Art Piece in Main Lobby $ 20, 000.00 4 Telecom/Radio and Security Electronics Items $ 100,000.00 Grand Total Bid Price: FORTY THREE MILLION EIGHTY EIGHT THOUSAND SEVEN HUNDRED NINETY DOLLARS ONLY (Indicate Bid Price in Words) The undersigned acknowledges that the Apparent Low Bidder will be determined as provided in Documents 00 1113 (Notice to Bidders) and Document 00 2113 (instruction to Bidders). 5. Subcontractors for work are listed on Document 00 4314 (Subcontractors List), submitted herewith. 6. The undersigned Bidder understands that Owner reserves the right to reject this Bid. 7. If written notice of the acceptance of this Bid, hereinafter referred to as Notice of Award, is mailed or delivered to the undersigned Bidder within the time described in Paragraph 2 of this Document 00 4113 or at any other time thereafter before it is withdrawn, the undersigned Bidder will execute and deliver the documents required by Document 00 2113 (Instructions to Bidders) within the times specified therein. 8. Notice of Award or request for additional information may be addressed to the undersigned Bidder at the address set forth below. 9. The undersigned Bidder herewith encloses cash, a cashier's check, or certified check of or on a responsible bank in the United States, or a corporate surety bond furnished by a surety authorized to do a surety business in the State of California, in form specified in Document 00 2113 (Instructions to Bidders), in the amount of ten percent (10%) of the Total Bid Price and made payable to the CITY OF SANTA CLARITA. 10. The undersigned Bidder agrees to commence work under the Contract Documents on the date established in Document 00 7200 (General Conditions) and to complete all Work within the time specified in Document 00 5200 Agreement 11. The undersigned Bidder agrees that, in accordance with Document 00 7200 (General Conditions), liquidated damages for failure to complete all Work in the Contract within the time specified in Document 00 5200 (Agreement) shall be as set forth in Document 00 5200. 12. The names of all persons interested in the foregoing Bid as principals are: f Michael Halaoui -Chairman & President _Bernard Ashkar - Chief Executive Officer _ ] IMPORTANT NOTICE: If Bidder or other interested person is a corporation, give the legal name of corporation, state where incorporated, and names of president and secretary thereof; if a partnership, Bid Form 00 4113 - 2 Santa Clarita Valley Sheriff's Station F3023 Phase III B Rev. 3 April 2019 give name of the firm and names of all individual co-partners composing the firm; if Bidder or other interested person is an individual, give first and last names in full. ICON WEST INC NAME OF BIDDER licensed in accordance with an act for the registration of Contractors, and with license number: 747737 4 / 30 / 2020 Expiration: CALIFORNIA (Place of Incorporation, if Applicable) (Principal) Michael Halaoui - Chairman & President (Principal) Bernard Ashkar-Chief Executive Officer (Principal) I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. �t( (Signature of Bidder) NOTE: If Bidder is a corporation, set forth the legal name of the corporation together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a partnership, set forth the name of the firm together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership. Business Address: 520 S. La Fayette Park Place Suite 503 Contractor's Representative(s): Officers Authorized to Sign Contracts Los Angeles CA 90057 Bernard Ashkar I Chief Executive Officer (Name/Title) Michael Halaoui - Chairman & President (Name/Titie) (Name/Title) Michael Halaoui - Chairman & President (Name/Title) Bernard Ashkar I Chief Executive Officer (NametTitle) Bid Form 00 4113 3 Santa Clarita Valley Sheriff's Station F3023 Phase 1116 1161417�€ i►!OWl_plygpyG:t,,V yo2g�`L0*f0 —07 ACKNOWLEDGMENT #-'Z a 1034 to - 0 / A notary public or other officer completing this certificate verifies oniy the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 1.0'r /q 6 s V-P t r On "01314 00, oZOr9 before me, RIPQ1544,1ro TATi4 Z'UAIGG4 L f/ (insert name and title of the officer) personally appeared 46'�'�'�4-A 2) who proved to me on the basis of satisfactory evidence to be the personopwhose name 'rs/ subscribed to the within instrument and acknowledged to me that helAWtl�* executed the same in his/ /tl tr authorized capacity(601r and that by his/W%Or signaturW on the instrument the person,*, or the entity upon behalf of which the person(acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and 0961 seal. RIDWANTQ TIRTATUNGGAL YCommission #211D808 +6 Notary Public • California z Los Angeles County Nfy Comm, E Irea Min 12 2010 Signature, (Seal) Telephone Number(s): Fax Number(s): Email Address(es): Date of Bid: Bid Form (Name/Title) 213 385.0027 (Area Code) (Number) (Area Code) (Number) 213 385.0024 (Area Code) (Number) (Area Code) (Number) bernard*ico it-west.cow April 18, 2019 END OF DOCUMENT Rev. 3 April 2019 00 4113 - 4 Santa Clarita Valley Sheriffs Station F3023 Phase III B QCL.XMD!9274!Spdiftufs!Bwfovf-!Tvjuf!211-!Sbodip!Dvdbnpohb-!Dbmjgpsojb!:2841