Loading...
HomeMy WebLinkAboutStaff Report 135-10TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: FEBRUARY 8, 2010 CMR:135:10 REPORT TYPE: CONSENT SUBJECT: Approval of Amendment No. One to Contract No. C09128453 with WSP Flack & Kurtz, Inc. in the Amount or $330,000 for a Total Contract Amount of $550,000 for Construction Administration and Commissioning Services for the Civic Center Infrastructure Improvements Project -Capital Improvement Program Project PF • 10102 RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to execute Amendment No. One to Contract No. C09128453 with WSP Flack & Kurtz (Attachment A) in the amount of $300,000 for basic services and $30,000 for additional services to provide construction administration and commissioning services related to mechanical, electrical and plumbing work for the Civic Center Infrastructure Improvements Project PF- 01002. The amended contract amount would total $500,000 for basic services and $50,000 for additional services. This is one of three contracts (Huntsman Architectural Group, WSP Flack & Kurtz, Inc., and Cambridge CM, Inc.) required to move forward with the upcoming construction phase of this project. DISCUSSION Background The Civic Center building was constructed in 1969 and no comprehensive major maintenance had been performed on the building through 2006. In fiscal year 2000-01, the City Council created the Civic Center Infrastructure Improvements project as part of the capital infrastructure maintenance program to address deferred and on-going major maintenance. This capital program was intended to extend the useful life of the Civic Center by approximately 30 years by replacing or refurbishing all the major building equipment and systems for the tower, Council Chambers, and garage; addressing fire code compliance issues; and providing maintenance upgrades to the exterior building envelope. Interior and systems improvements for the Police wing of the building were excluded due to a separate planned expansion project and may need to be addressed with a future project. The project was phased to include a building study and report phase and a design and implementation phase. The study phase determined the condition of the building and its systems; the project scope; and methods for accomplishing the work in an occupied facility. Upon completion of the study phase in fiscal year 2004 it was determined that the condition of CMR:135:10 Page 1 of3 the elevators required immediate improvements ahead of the other work. As a result, in fiscal years 2005 and 2006 design and construction of the elevator upgrades were completed prior to proceeding with design for the balance of the upgrade work. The design work for the balance of the project was completed in fiscal year 2007. Due to the size of the projected costs at that time, the remaining project was planned for completion in three phases (referred to as bid packages) with funding spread over a five year period. The first phase (Bid Package 1) consisted of replacement of the main building generator, boiler, and refurbishment or replacement of major garage and building mechanical and electrical systems. The construction phase of Bid Package 1 was completed in fiscal year 2009 and did not require the relocation of city personnel. Phase 2 (Bid Package 2) consists of upgrades to mechanical and electrical distribution systems, including transformers, panels, etc.; accessibility improvements; and exterior painting and sealing. Bid Package 2 is scheduled for fiscal years 2010 and 2011. The fmal phase (Bid Package 3) is intended to include any remaining work that is not completed within the Bid Package 2 budget and is scheduled to be completed in fiscal year 2012. Mechanical, Electrical and Plumbing Construction Administration WSP Flack & Kurtz, Inc. provided mechanical, electrical and plumbing (MEP) design as a sub­ consultant to Huntsman Architectural Group for all phases of the project. Since the MEP work constitutes the majority of the construction scope, the City separated the construction administration services for Bid Package 1 into two specialty contracts: (1) architectural and structural and (2) mechanical, electrical and plumbing (CMR 344:08). This division also resulted in a cost savings to the City by eliminating overhead costs related to specialty design work. Consultant Services Description Amendment # 1 to the consultant contract provides for construction administration and commissioning services related to mechanical, electrical and plumbing work under the second construction phase for systems upgrades, or Bid Package 2. The consultant will provide standard construction support during the bid, construction and closeout phases including submittal review; response to requests for information or clarification; attendance at job-site meetings; review of claims or change order requests; project oversight to assure construction conformance with design requirements; and project closeout including preparation of Record Drawings. Commissioning, part of the green building process, is a systematic process of ensuring that new building systems perform interactively according to the documented design intent and operational requirements, and that specified system documentation and training are provided the facility staff. Next Steps Construction of this phase will be awarded to multiple prime contractors and will include refurbishment of mechanical systems not upgraded with Bid Package I; electrical systems, including transformers, panels, etc.; accessibility improvements; and exterior painting and CMR:13S:10 Page2of3 sealing. Construction of this phase IS expected to begin ill May 2010 and will take approximately ten months. The building will remain occupied during the course of the project. Work will be scheduled to keep systems operational during working hours and to minimize the impacts of construction on staff and the public. RESOURCE IMPACT Funds for this project are available in Capital Improvement Program Project PF-01002, Civic Center Infrastructure Improvements. ENVIRONMENTAL REVIEW The project is categorically exempt from review under the California Environmental Quality Act under Guidelines Section 15301, maintenance, repair or minor alteration of existing public facilities. ATTACHMENTS Attachment A: Amendment # 1 PREPARED BY: KAREN SMITH Manager, Facilities Maintenance & Projects DEPARTMENT HEAD: tL J.gf<~~ CITY MANAGER APPROVAL: CMR:135:10 Page 3 of3 I I I I I I I I ) I AMENDMENT ,NO. ONE TO CONTRACT NO. 009128453 BETWEEN THE CITY OF PALO ALTO AND WSP FLACK & KURTZ, INC. ATTACHMENT A This Amendment No. One to Contract No. C0912B453 ("Contract" ) is entered into 1 by and between the CITY OF PALO ALTO, a charter city and a municipal corporation of the State of California ("CITY"), and WSP Flack & Kurtz, Inc., a Califprnia corporation, located at 405 Howard Street, Suite 500, San Fran~iscol CA 94105 ("CONTRACTOR"). R E CIT A L S: WHEREAS, the Contract was entered into between the parties for the provision of professional services described in C0912B4S3 related to Civic Center Infrastructure upgrades; and WHEREAS, the parties wish to amend the Contract; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION 1. The section entitled "NOT TO EXCEED COMPENSATION is hereby amended to read as follows: l00126smOl0 "COMPENSATION to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Five Hundred Thousand Dollars ($500,000), In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Fifty Thousand Dollars ($50,000). The applicable rates and schedule of payment are set out in Exhibit \\C", entitled "COMPENSATION", which is attached to and made a part of this Agreement. Additionjil Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C", CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "Al'. II 1 SECTION 2. The following exhibit (s) to the Contract is/are hereby amended to read as set forth in the attachment(s) to this Amendment, which are incorporated in full by this reference: a. Exhibit "A" entitled "Scope of project". b. Exhibit "B" entitled "Time Schedule". c. Exhibit "e" entitled "Compensation". SECTION 3. Except as herein modified, all other provisions of the Contract, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. IN WITNESS WHEREOF I the parties have by their duly authorized representatives executed this Amendment on the date first above written. APPROVED: FLACK & KURTZ, INC. City Manager Director of Public Works Title: __ ~ ____ ~~ __________ __ APPROVED AS TO FORM: Senior Asst. City Attorney Attachments: EXHIBIT "A": EXHIBIT liB II ; EXHIBIT "C": lOOl26smOlO SCOPE OF PROJECT TIME SCHEDULE COMPENSATION 2 REVISED EXHIBIT "A": SCOPE OF WORK (Amendment #1} . CIVIC CENTER INFRASTRUCTURE PROJECT: CIP PF~Ol 002 Bid Phase and Construction Administration Work for "Bid Package 2" 1. INTRODUCTION The City of Palo Alto is upgrading the Civic Center building, located at 250 Hamilton Ave, Palo Alto, CA. The scope of work includes replacement or retrofit of the building ventilation systems, garage ventilation systems, boiler, building emergency generator, elevators, electrical systems and distribution wiring, life safety system, and Americans with Disabilities Act (ADA) improvements (as triggered by Title 24 provisions required by the aforementioned upgrades). The project shall also include installation of energy saving systems/features. The Consultant's se~ces shall be phased and shall include a building study and report phase along with design and implementation phases as required to accomplish the above project. The cooling tower, chiller, mezzanine fan coil units and a small emergency generator were installed within the last 8 years and need not be replaced. Recent retrofit work to the office finishes was completed on the mezzanine level, 2no. floor, 3rd floor, 4th floor, 5th floor, and the 8th floors. Electrical upgrades to the 2nd floor computer room and Level "A" Communications Center will be completed in 2002. All building lighting has been recently upgraded for energy efficiency. Consultant shall understand how the past work fits in with the new, and integrate systems where efficiency, cost reductions, and maintenance savings can be achieved. Flack & Kurtz (Consultant) has been a sub~consultant to Huntsman Architectural Group for aU previous phases ofthis project which include: Building Study and Report Phase, Design and Implementation Phase -Elevator Upgrade, Design of Infrastructure Repairs and the first construction phase of the design work of which the mechanical, electrical and plumbing scope made up approximately 85% ofthe overall work in this phase. Bid Package 2 will cover MEP infrastructure upgrades and construction administration services for the Tower levels including replacement of electrical heating coils with hot water heating coils; replacement of electrical feeders, panels, and step~down transformers; lighting and lighting control upgrades; replacement of cooling fan and chilled water coils; and testing and replacement of fire dampers. 1. SCOPE OF SERVICES The Consultant shall provide support during bid, construction, and close out periods as follows: A. Bid Phase: • Consultant shall attend the pre-bid meeting; respond to questions from bidders; issue clarifications for addenda as required; and assist the City of Palo Alto and their Construction Manager in assessing the bids for award. • Consultant win not be responsible for the administration of award of the bids. Contract No. C09128453 -Amendment One Page 1 12/29/09 B. Construction Phase During the construction phase the Consultant shall: • Attend the pre-construction meeting. • Attend site construction meetings twice per month for the designated construction period. • Review submittals and shop drawings and respond to RFl's from City or City·s Construction Manager. • Make revisions to the construction documents and issue Bulletins as required • Coordinate with the City of Palo Alto building inspeetors as required. • Attend one punch list visit to review the work and compile a punch list. • Attend one follow up punch list review to make sure the punch list items have been correeted. • Provide full commissioning services and documentation for all equipment and systems installed as part of Bid Packages I and II to comply with requirements ofUSGBC LEED process and submittals. C. CloseOut During Close Out Phase, the Consultant shall: • Attend a close out meeting with the City, the Construction Manager and the contractors (one meeting only). • Produce final "Record Drawings" from infonnation provided by Prime Contractors. This includes one hard and one CD copy of the final construction drawings. Coordinate fmal drawing package with Architeet to provide one complete package to City. • Review the final close out package submitted by the prime contractors for completeness. • Provide documentation of commissioning process to comply with requiremqlts ofUSGBC LEED process and submittals. 3. QR.A WINGS AND SPECIFICATIONS As applicablet upon completion of the construction phase, and after acceptance by the City. the Consultant shall submit to the City one (1) complete set of reproducible record drawings reflecting all as-built conditions. A complete set of Record Drawings shall also be submitted to the city on CD in AutoCAD Version R14 or R2000. 4. PROJECT ADMINISTRATION Karen Smith wiJl be the City's Project Manager, unless directed otherwise by the City. Philip Ciralsky will be the City's Projeet Engineer, unless directed otherwise by the City. AU questions, correspondence and invoices will be addressed to the Project Manager at (650) 496- 6973. Fax number is (650) 496~6958. All correspondence shall be addressed to the City of Palo Alto, Facilities Management Division, P.O. Box 10250, Palo Alto, CA, 94303. Contract No. C09128453 -Amendment One Page 2 12129/09 EXIDBIT "B": SCHEDULE QF PERFORMANCE BID PACKAGE 1: (completed) Consultant shall complete all services under this agreement by September 30, 2009, or completion of the construction phase, whichever occurs first. The construction phase is expected to be 270 calendar days. BID PACKAGE 2: Consultant shall complete all selVices under this agreement by June, 2011. The construction phase is expected to begin in May 2010 and be ten (10) months. Contract No. C091284S3 -Amendment One Page 3 12/29/09 EXHIBIT "C": COMPENSATION Civic Center Infrastructure Project -WSP Flack & Kurtz BID PACKAGE 1: (completed) Basic Services The fees for this work shall include all Consultant costs necessary for providing the desired services including subMconsultant costs, reimbursables, meetings, and report generation. Reimbursables shall include travel. document reproduction costs, mailing and courier services. Travel shall be reimbursed at the City's current standard rate. Bid/Construction/Closeout Services (hourly, not-to-exceed) Additional Services Total for Big Package 1 BID PACKAGE 2: Basic Services $200.000 $20,000 $220,002 Consultant shall be paid on a time and materials basis according to the hourly rates set forth in Exhibit "C-l" and not to exceed the amounts specified below. The fees for this work shall include all Consultant costs necessary for providing the desired services including sub-consultant costs, reimbursables, meetings, and report generation. Reimbursables shall be paid at cost and shall include travel, document reproduction costs, mailing and courier services. Travel shall be reimbursed at the City's current standard rate. Bid/Construction/Closeout Services (hourly, notwtoMexceed) Commissioning Services (hourly, noHoMexceed) Reimbursable Expense Total Basic Services Additional Services Total for Bid Package 2 Additional Services $230,000 $30,750 $39.250 $300,000 $30,000 $330,000 Consultant shall be paid on a time and material basis according to the hourly fee schedule rates attached as Exhibit "C-l" should any work be requested by the City which falls outside the basic services of this project. All additional services work must be authorized in advance in writing by the City's Project Manager prior to accomplislunent ofthe work. Contract No. C09128453 -Amendment One Page 4 12129109 •• STANDARD HOURL Y RATES -EXHIBIT C·1 (Effective January 2010) Title President Senior Vice President Vice President Senior Associate Associate Engineer Design Engineer Designer CAD Operator Administration CAD Manager NOTE -Rates are subject to annual adjustment. $400 $300 $225 $180 $160 $130 $110 $ 95 $ 95 $ 85 $125 ,-,WSP-FLACK+KURTZ