Loading...
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