Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute Change Order Number 6 To The Contract With Structural Preservation System, LLC For Structural Repairs To The Radius And Van Buren Parking Garages, To Increase The Contract Amount Up To $298,220.00, Increasing The Total Contract Amount From $862,607.00 Up To $1,160,827.00; And Increase The Contract Term To 782 Days, In Accordance With Section 38.48 Of The Procurement Code. (Change Orders)
Strategic Plan Focus
Infrastructure & Facilities
Body
Staff Recommends: Approval of the attached Resolution.
Explanation:
On May 22, 2023, condition assessment reports for the Radius, Garfield and Van Buren parking garages were provided by the structural engineering firm, Wiss, Janney, Elstner Associates, Inc. (“WJE”), that provided structural repair recommendations based on priority levels one, two, and three, ranging from high to low, that formed the basis of a short- and long-term structural repairs plan for these garages.
On December 6, 2023, the City Commission passed and adopted Resolution No. R-2023-376, authorizing the appropriate City officials to execute a Construction Contract with Structural Preservation System, LLC (“Structural”) for short term priority one structural repairs to the Garfield, Radius, and Van Buren parking garages in an amount not to exceed $784,189.00 (“Contract”).
Change Orders 1 through 4 allowed for the reallocation of cost allowances within the contract price and an additional 90-day contract time extension to address severe structural repairs.
On February 18, 2025, City Manager Memo No. PR-25-071 approved Change Order 5 to increase the contract amount by $78,418.00 and increase the schedule by an additional 80 days for additional scope of work and structural repairs to the three garages.
The repairs completed to date include priority one items and unforeseen structural repairs.
The Department of Design and Construction Management (“DCM”) requested a proposal from Structural to complete outstanding priority one and two items which are currently in need of immediate repair. DCM received a proposal and negotiated a scope of work with Structural, in an amount up to $298,220.00, that staff has found to be reasonable and to be in accordance with industry standards. The proposed change order will provide an additional $25,000.00 of Owner’s Contingency for unforeseen conditions, including repairs that are opened during the repair process and provide a full understanding of the existing damage.
Section 38.48 of the Procurement Code states that all change orders that the City Manager is not authorized to approve must be formally approved by the City Commission, which includes this desired change order.
DCM desires to issue Change Order Number 6, in an amount up to $298,220.00, and to increase the total contract amount from $862,607.00 to an amount up to $1,160,827.00, and to increase the contract term from the original 240 days to 782 days.
The total contract time is inclusive of unique nature of structural repairs in a design build contract which includes structural investigations, design, permitting, City approvals and construction. Structural repairs are evaluated on a case-by-case process that require further review of the structural report recommendations/items by the structural preservation contractor. The contractor documents the findings and submits the information to the structural engineer to provide engineered design solutions and recommendations. As such, project timelines are estimated and adjusted as the project progresses.
Fiscal Impact:
Funding for this change order was included in the amended FY 2025 Capital Improvement Plan, and is available in account numbers 446.159901.54500.563010.001778.000.000, 446.159901.54500.563010.001151.000.000.
Recommended for inclusion on the agenda by:
Otis Thomas, Director, Office of Procurement & Contract Compliance
Elisa Iglesias, Deputy Director, Design and Construction Management
Raelin Storey, Assistant City Manager