HomeMy WebLinkAbout5/19/2010 - STAFF REPORTS - 5.A. Jay Thompson
From: David Ready
Sent: Monday, May 17, 2010 6:00 PM
To: Jay Thompson ,'f ii j ','
Subject: FW: Palm Springs Animal-Care Facility
DAVID H. READY, Esq- , Ph-D.
CITY MANAGER
City of Palm Springs Tel: (760) 322-8350
3200 E. Tahquitz Canyon Way Fax: (760) 323-8207
Palm Springs, CA 92262 TDD: (760) 864 -9527
www.palmsprings-ca.gov David.Ready(apalmsprings-ca.gov
-----Original Message-----
From: Shirley Schott [mailto:sschott@dc.rr.com]
Sent: Monday, May 17, 2010 2 :26 PM
To: David Ready
Subject: Palm Springs Animal.-Care Facility
Dear Mr. Ready,
We are delighted that the new Palm Springs Animal-Care Facility is on the City Council
agenda for May 19th. Because of family illness, we will be unable to be there, but we
wonted you to know that we support this construction and the site picked for the
construction. we live in the Demuth Park neighborhood and we are delighted to have this
new facility in our area. It will he such an improvement for the animals housed there and
the staff employed there. It shows that Palm Springs cares . Thank you.
Shirley and Tom Schott
3781 E. Camino Sari Miguel
Palm Springs, CA 92264
�511glla
.y
y �
4 N
A #
c n�
°Ah•e#iev`
C�4
1FOR`'�P CITY COUNCIL STAFF REPORT
DATE: May 19, 2010 New Business
SUBJECT: AWARD OF CONSTRUCTION CONTRACT FOR THE PALM SPRINGS
ANIMAL CARE FACILTIY, CITY PROJECT 07-24
FROM: David H. Ready, City Manager
BY: Owner's Representative
SUMMARY
This report recommends that the City Council award contract for the Palm Springs
Animal Care Facility, City Project 07-24. Note: Current allocated funding for this project
is from Redevelopment Bond Proceeds, and Grants.
RECOMMENDATION:
1. Award contract to WE O'Neil Construction Company for the Palm Springs
Animal Care Facility, City Project 07-24, including additive and deductive
alternates 1,2,3,4,5,7,8,9,10,11,12,13 and 15 for the total amount of
$5,919,000; and
2. Direct staff to reduce the cost of the overall project by a total of
$1,656,948 as construction proceeds, with the concept being to "shell out"
the building; and
3. Allocate $700,000 from the Sustainability Fund for the "Green" aspects of
the project; and
4. Authorize the City Manager to execute all necessary documentation.
STAFF ANALYSIS:
The Palm Springs Animal Care Facility, CP# 07-24, bids were received at 3:00pm local
time on February 23, 2010. Nineteen (19) firms had been pre-qualified to bid the project
and twelve (12) bids were received as follows:
ITEM NO.
City Council Staff Report
May 19, 2010
Animal Care Facility Contract Award
Contractor Adjusted Base Bid
WE Oneil Construction $6,529,000
Parkwest Construction $6,566,500
PW Construction $6,617,000
Construct One $6,637,200
Jaynes Corporation $6,784,700
Summit Construction $6,848,000
Orr Construction $6,899,300
Roel Construction $7,014,583
Doug Wall Const. $7,123,172
Rsm2 Const. $7,156,832
Diffenbaugh Const. $7,196,300
Royal Construction $7,288,000
On March 17, 2010 the City Council considered the bid protest from Parkwest
Construction and found that there were no discrepancies in the low bid that were
material to the outcome of the bid itself and the protest was rejected. At that meeting
the City Council also made a finding that WE O'Neil Construction was the law
responsive bidder on this project.
The project was bid with a series of alternates, see attached alternate listing, as well as
the requirement to carry a $600,000 allowance for photo voltaics. The current estimate
for total project cost, assuming the bid were awarded accepting all the deductive
alternates and not including photo voltaics, is as follows:
PALM-SPRINGS ANIMAL CARE FACILITY
Cost Estimated
Dated April 22, 2010
Remaining Soft Costs
Costs
Archeological Site Study 0
Plan Check Fees 12,500
Advertisin 0
9
Blueprinting Costs 4,500
Special Inspection and Testing 130,000
AdminlOwner's Rep 210,000
Multiple Species Fee 17,190
Arch Design Cont 43,432
Sub Total Remaining Soft 417,622
Costs
Other Owner Costs
n
City Council Staff Report
May 19, 2010
Animal Care Facility Contract Award
Utility Costs 100.000
Fill Existing Basin 0
Appliances (Owner Provided Cont. Inst) 80,000
FF&E Building Furniture 125,000
Kennels/cages 105,000
Auto Cleaning System 113,273
Security/Phone/Closed Circuit TV 100,000
Sub Total Other Costs 623,273
Construction Costs
Low Bid 5,919,000
Sub Total Const. 5,919,000
Cost
Construction Contingency 400,000
Total Project Costs 7,359,895
Available Fundinc
Bond Proceeds 4,988,947
SCE 14,000
Sub Total Available Funds 5,002,947
Project Shortfall 2,356,948
The staff recommendation is to award the contract to WE O'Neil for $5,919,000, which
is the price of the project accepting all the deductive alternates and not including photo
voltaics. Such an action would result in an overall project budget shortfall of
$2,356,948, which is recommended to be made up by $1,656,948 in value engineering
to occur while construction is underway, and the allocation of $700,000 from the
Sustainability Fund to cover the "Green" costs of the building.
To provide for a longer fund raising period before the contract had to be awarded the
General Contractor was asked to consider extending the bid for 30 additional days. The
contractor has confirmed in writing, copy attached, that he is unable to extend the bid as
requested as construction raw materials have seen substantial increases in the last
several weeks.
FISCAL IMPACT
Currently the City has budgeted $4,988,947 in Redevelopment Bond Proceeds and
$14,000 from an Edison Grant, a total of $5,002,947, for the project. It is proposed that
City Council Staff Report
May 19, 2010
Animal Care Facility Contract Award
$700,000 be allocated from the Sustainability Fund to cover a portion of the "green"
casts of the facility. With that addition, the project shortfall is reduced to $1,656,948.
It is proposed that the project shortfall will be addressed by a combination of not
purchasing furniture, fixtures and equipment for the building ($523,272) and by Value
Engineering the building to shell only construction, an additional reduction of
$1,133,676.
As funds are provided via the fund raising efforts of the Friends of the Animal Shelter
the interior finishes and equipment will be added back to the facility.
Allen F. Smoot, Owner's Representative Craig Gladd6fsi Procurement &
Contracting
David H. Ready, er
Attachment:
1. Alternates Sheet
2. Green Itemization
3. Letter from WE O'Neil
City Council Staff Report
May 19, 2010
Animal Care Facility Contract Award
SECTION 01230
ALTERNATES
PART 1 — GENERAL
1.01 DESCRIPTION
A. This Section identifies each Alternate by number and describes the basic
changes to be deleted from the work when each Alternate is made a part
of the work by specific provisions in the Agreement between the Owner
and Contractor.
B. The Drawings and Specifications Sections referenced within the
respective Alternates describe requirements for the work under each
Alternate.
C. Coordinate related work and modify surrounding work as required to
integrate the work under each Alternate and provide a completed
assembly.
1.02 DESCRIPTION OF ALTERNATES
1. Deductive Alternate No. 1 — Delete south Planter #2 located
between column lines A and B and 14 and 19 and install only the east
concrete wall with the metal picket fence above as per the base bid
details.
2. Deductive Alternate No. 2 — Delete Interior Dog Wards #4 (304)
and #5 (305) along with exterior kennels and associated exterior areas
including Get Acquainted Area #6 and Dog Exercise Areas #8 and #9
along with associated gates and fencing. Reduce length of CMU site wall
north of Dog Exercise areas to 6'-0" beyond column line L, Gates 17 and
19 also to be deleted. Add Gates 32 and 33 at Dog Exercise Area and
relocate Gates 18 and 20 along with CMU site wall at east side of
Adoption Courtyard. Essentially, all work east of column line L and north
of column line 14.4 to be deleted. Relocate decomposed granite path
along CMU site wall at east side of Adoption Courtyard from just north of
relocated Gate G18 and continue path south and then east along north
building wall at column line 14.4. The interior wall along column line 14.4
will become an exterior wall type E13 with associated grade beam.
Hollow metal Doors 304 and 305 also are to be deleted; however, the
exterior wall will be framed to accept the future addition of these doors.
Add Window 341 at exterior wall along column line L where Door 305 was.
J
City Council Staff Report
May 19, 2010
Animal Care Facility Contract Award
Add Windows 349A and 353A at north exterior wall along column line
14.4.
Electrical: Delete both normal and emergency lighting in this area.
Exterior fixtures will move to column line K. Delete receptacles at column
line L and column line 10 between L and M. Shift receptacle on column
line M to column line K.
3. Deductive Alternate No. 3 — Delete north and south segments of the
horizontal Aluminum Louver Sunshade located at the west building
exterior elevation. See exterior elevations.
4. Deductive Alternate No. 4 -- Delete Mondo rubber flooring at Training
Room 117 and substitute with sheet vinyl flooring. Under this alternate the
slab will not be depressed.
11. Deductive Alternate No. 5 — Construct only the roof, slab and structural
shear/bearing walls of Socialization Enclosure 136. Delete Doors 128A,
129A, 130A and 131A with the four openings framed to accept the future
addition of these doors. Also delete Doors 136 and 136C, as well as
Windows 136, 136.2, 136.3, 136.4, 136.5 and 136.6. The west wall along
column line E is to become an exterior wall type El 3. All interior finishes
and casework to be deleted. All exposed exterior wall surfaces to be
cement plaster. Plumbing devices along the south wall to remain as well
as the floor drain. Locate fence and gate at east side of Training Room
Courtyard to be perpendicular to north wall of Socialization Enclosure 136
and east of opening in same wall.
Electrical: Delete lighting fixtures indicated. Install four
weatherproof wrap-around fixtures and connect to exterior lighting circuit
on time clock. Delete receptacles on column line F. Provide conduit and
wire to these locations with blank cover plates.
6. Additive Alternate No. 6 — Add a piped oxygen and gas vak system which
would serve the Preparation Room 355 and Surgery 356. The oxygen
canister racks, oxygen connections and alarms will be located in Oxygen
Storage Room 361. All exposed exterior wall surfaces to be cement
plaster. Delete Door 361, door frame to remain.
7. Deductive Alternate No. 7 — Delete the Emergency Generator and related
duplicate wiring for designated items attached to the emergency power.
Reduce size of Emergency Generator enclosure. Exit signs currently
connected to emergency power to be changed to Battery Pack.
Emergency Lighting to be changed to wall units located at all designated
emergency lighting locations.
Electrical: Where possible, emergency batteries should be incorporated
into the ceiling- mounted fixtures. These batteries should be capable of
providing 1100 lumens of back up lighting when utilized with 4'-0"
fluorescent fixtures. They shall be capable of 700 lumens when used with
compact fluorescent fixtures. Contractor is to assure that code-required
one footcandle is met in all exit paths. In addition to this emergency
n
City Council Staff Report
May 19, 2010
Animal Care Facility Contract Award
lighting, provisions shall be made to use wall-mounted emergency fixtures
for those areas where no ceiling lighting can be use for the egress lighting,
as well as all exterior paths as required by code.
8. Deductive Alternate No. 8 — Delete Dog Exercise Enclosures #1 through #7
and seven related gates at north Dog Exercise Courtyard. The north
fence will be continuous along the line currently shown and will run north
and south along column line L and terminate at the north CMU wall at
column line 10 and at south face of angled CMU site wall. The north
fence will also terminate at the Socialization Enclosure 136 exterior wall to
the west.
9. Deductive Alternate No. 9 -- Delete the two north Planters #3 and #4.
Planter#4 will retain its concrete south wall with metal picket fence above
as per base bid details.
10.Deductive Alternate No. 10 — Delete the built-in wood benches at Dog
Waiting 201.1 and Cat Waiting 201.2 and finish walls to match the rest of
the room.
11. Deductive Alternate No. 11 — Delete all built-in casework at Retail 112.
Finish walls to match the rest of the room.
12. Deductive Alternate No. 12 — Delete lockers at locker Room 314.
13. Additive Alternate No. 13— Add an Allowance for Plan Check
Adjustments of$25,000.
14. Additive Alternate No. 14 — Add an Allowance for the Design and
Installation of a Photovoltaic System, as diagramed on Sheet A0.50, of
$600,000. The City retains the right to separately select a Photovoltaic
Subcontractor and assign the Subcontractor to the General Contractor for
oversight of the design and installation. Also, the city reserves the right to
have the system designed and built by a Subcontractor on a lease basis,
and assign the Subcontractor to the General Contractor for coordination
purposes for which the General would receive a fee for coordinating the
installation from the allowance.
15. Deductive Alternate No. 15 — Delete TEED Credit Requirements
Materials and Resources Credits 4.1 Recycled Content, 10%, 4.2
Recycled Content, 20%, 5.1 Local/Regional Materials, 10%, and 5.2
Local/Regional Materials, 20% as outlined in Specifications Section 01354
Sustainable Design Requirements and Appendix B — LEED Scorecard.
r
City Council Staff Report
May 19, 2010
Animal Care Facility Contract Award
"GREEN" ITEMIZATION
The following items have been included in the project and are "green" in nature:
Reclaimed Water Service $36,878
Building reclaimed water piping 20,000
Drip Irrigation Systems 30,000
Desert tolerant landscape 78,920
Steel — recycled content 316,666
Solar tube skylights 15,600
Solar Hot Water heater 12,000
Low Wtr Kennel Cleaning System 115,000
Highly reflective roof system 139,360
Construction Recycling requirement 25,000
Passive Shading Louvers 30,000
A/C Heat Recovery Components 38,000
Total $857,424
May 7, 2010
Allen Smoot
Owner's Representative
City of Palm Springs
3200 Last "I"ahquita Canyon Way
Palm Springs, CA 92262
RE City of Palm Springs Animal Care Facility
City Project No. 07-24— Bid Extension Request
Mr. Smoot,
We are in receipt of your letter dated April 16, 2010. We have been
working diligently with our subcontractors to extend their bids for the
requested time frame. However, some major subcontractors will not
extend their bids due to the metal market increases and other
commodity market increases.
Therefore,we respectfully can NOT extend our bid past the original time
frame for the Palm Springs Animal Care Facility.
If you have questions or would like to discuss further, please contact me
at the number above.
Respectfully,
W.E. O'Neil Construction Co. ol'Califorrtha
p
I'
hb�n Finn
a!
Vice President