File #: 21-0693    Version: 1
Type: Consent
In control: City Council/Successor Agency to the Redevelopment Agency/Public Financing Authority/Parking Authority Concurrent
Final action:
Title: ADOPT RESOLUTION TO AUTHORIZE THE FIRE STATION NO. 7 AND FIRE STATION NO. 10 ROOF RESTORATION PROJECT
Attachments: 1. Attachment A - Vicinity Map, 2. Proposed Resolution, 3. Exhibit 1 - COOP with WTI, 4. Exhibit 2 - Construction Contract WTI

title

ADOPT RESOLUTION TO AUTHORIZE THE FIRE STATION NO. 7 AND FIRE STATION NO. 10 ROOF RESTORATION PROJECT

 

recommended action

RECOMMENDATION

 

It is recommended that the City Council adopt a resolution to:

 

1.                     Approve the findings pursuant to Stockton Municipal Code section 3.68.070 in support of an exception to the competitive bidding process.

 

2.                     Authorize the City Manager to execute a Cooperative Purchasing Agreement through Omnia Partners, Contract No. R180903 to provide the City access to preferential pricing of roofing products, services, and job-order contracting services from Weatherproofing Technologies, Inc.

 

3.                     Authorize the City Manager to execute a Construction Contract in the amount of $233,104.83 with Weatherproofing Technologies, Inc. of Beachwood, OH, for the Fire Station No. 7 and Fire Station No. 10 Roof Restoration, Project No. WC13020-A.

 

It is also recommended that the City Manager be authorized to take appropriate and necessary actions to carry out the purpose and intent of this resolution.

 

body

Summary

 

The City’s fire stations support the needs of the Fire Department and the community in which they are located.  They must accommodate extremely diverse functions, including housing, administration, training, community outreach, equipment, vehicle, and hazardous materials storage.

 

The roofs on both Fire Station Nos. 7 and 10 require restoration.  The Fire Station No. 7 and Fire Station No. 10 Roof Restoration, Project No. WC13020-A will provide the necessary repairs and restoration, mitigating additional structural damage (Attachment A).

 

The project is funded from the Roof Replacement and Construction Program, an ongoing program within the Capital Improvement Plan (CIP).  Restoration of the roofs at Fire Station No. 7 and Fire Station No. 10 are identified as top priorities in the 2021-26 Five-Year CIP.

 

Omnia Partners, the nation’s largest cooperative purchasing organization in public sector procurement, has partnered with Weatherproofing Technologies, Inc. to provide public agencies with competitively bid products and services.

 

 

 

It is recommended that Council approve a Cooperative Purchasing Agreement through Omnia Partners, and a Construction Contract in the amount of $233,104.83 with Weatherproofing Technologies, Inc., for the Fire Station No. 7 and Fire Station No. 10 Roof Restoration project.

 

DISCUSSION

 

Background

 

The City’s fire stations support the needs of the Fire Department and the community in which they are located.  They must accommodate extremely diverse functions, including housing, administration, training, community outreach, equipment, vehicle, and hazardous materials storage. 

 

Fire Station No. 7, located at 1767 West Hammer Lane, houses Fire Department staff and a fire engine company.  Fire Station No. 10, located at 2903 West March Lane, houses the City’s Hazardous Materials Team.  The roofs of Fire Station No. 7 and 10 are approximately 21 and 24 years old, respectively.  Both require complete restoration.

 

The Fire Station No. 7 and Fire Station No. 10 Roof Restoration project (Attachment A) is funded from the Roof Replacement and Construction Program, an ongoing program within the Capital Improvement Plan (CIP).  Restoration of the roofs at Fire Station Nos. 7 and 10 are identified as top priorities in the 2021-26 Five-Year CIP.

 

On July 26, 2016, Council adopted a Community Workforce and Training Agreement (CWTA). The CWTA became effective August 25, 2016, and applies to all Public Works projects over $1 million that are bid after that date. On July 16, 2019, by Motion No. 2019-07-16-1403, Council extended the CWTA term to August 25, 2024. The CWTA was not applied to this project, as the estimated construction cost is less than $1 million.

 

Present Situation

 

In 2018, National IPA and US Communities were brought together to form Omnia Partners, the nation’s largest cooperative purchasing organization in public sector procurement. Thousands of institutions and public agencies use Omnia Partner’s services for combined purchasing power. All contracts available through Omnia Partners are competitively solicited and publicly awarded by a lead public agency using a competitive solicitation process. Weatherproofing Technologies, Inc. has partnered with Omnia Partners to provide public agencies with competitively bid products and services aimed at controlling labor costs, minimizing compliance risk, and improving workforce productivity and efficiency.

 

Staff recommends Council adopt a resolution authorizing the City Manager to execute a Cooperative Purchasing Agreement with Omnia Partners, and a Construction Contract in the amount of $233,104.83 with Weatherproofing Technologies, Inc., for the Fire Station No. 7 and Fire Station No. 10 Roof Restoration project.

 

Weatherproofing Technologies, Inc. has the proper license to perform the work.  Construction at Fire Station Nos. 7 and 10 is anticipated to be completed by March 2022, weather permitting.

 

Findings

 

Pursuant to SMC section 3.68.070, Council may approve findings which support an exception to the competitive bidding process. These findings include:

 

1.                     Omnia Partners, through the Region 4 Education Service Center, the lead public agency, established a Cooperative Purchasing Agreement for roofing products, services, and job-order-contracting services.

 

2.                     The Request for Proposals (RFP) specifications used by the Omnia Partners were assessed against the City’s standard RFP process and industry standards of quality and efficiency. Weatherproofing Technologies, Inc. was selected by Omnia Partners as a supplier for these products and services.

 

3.                     The Procurement Division of Administrative Services recommends and approves the use of this Cooperative Purchasing Agreement and has determined that the process that was used to establish the Cooperative Purchasing Agreement was awarded through a competitive process and meets the City’s procurement requirements.

 

4.                     Taking advantage of the leveraged procurement agreement negotiated by Omnia Partners will save the administrative expense of City staff conducting a separate procurement.

 

5.                     This Cooperative Purchasing Agreement allows for other agencies such as the City of Stockton the ability to utilize and participate in this Agreement.

 

FINANCIAL SUMMARY

 

There is sufficient funding in the Roof Replacement and Construction Program, Project No. WC13020-A (formerly PW1320); Account No. 4510-000-800007-300-000-30-45-000-000) to execute a Construction Contract to Weatherproofing Technologies, Inc. in the amount of $233,104.83.

There is no additional impact to the City’s General Fund or any other unrestricted fund as a result of taking the recommended actions.

 

Attachment A - Vicinity Map