Loading...
HomeMy WebLinkAboutStaff Report 1526City of Palo Alto (ID # 1526) City Council Staff Report Report Type: Consent Calendar Meeting Date: 5/2/2011 May 02, 2011 Page 1 of 7 (ID # 1526) Summary Title: Approval of Contract Amendments for City Hall CIP Title: Approval of Four Contract Documents for the Civic Center Infrastructure Improvements Project (Capital Improvement Program Project PF-01002): (1) Change Order with Nexgen Builders, Inc. in the Amount of $194,817 for Restroom Remodeling for a Total Contract Amount Not to Exceed $656,130; (2) Change Order with ACCO Engineered Systems, Inc. in the Amount of $62,747 for a Data Center Cooling System Upgrade for a Total Contract Amount Not to Exceed $1,536,542; (3) Change Order with H.A. Bowen Electric, Inc. in the Amount of $262,076 for Electrical Panel Replacements and Circuit Tracing for a Total Contract Amount Not to Exceed $1,175,476;and (4) Contract Amendment No. Two to Contract No. C08124310 with Cambridge CM, Inc. in the Amount of $83,180 for Extended Construction Management Services for a Total Contract Amount Not to Exceed $1,282,390 From:City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1.Approve and authorize the City Manager or his designee to execute a change order with Nexgen Builders, Inc. in the amount of $194,817 for restroom remodeling for the Civic Center Infrastructure Improvements Project (PF-01002). 2.Authorize the City Manager or his designee to negotiate and execute one or more additional change orders to the contract with Nexgen Builders, Inc.for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $39,000. 3.Approve and authorize the City Manager or his designee to execute a change order with ACCO Engineered Systems, Inc. in the amount of $62,747 for a Data Center cooling system upgrade for the Civic Center Infrastructure Improvements Project (PF-01002). 4.Authorize the City Manager or his designee to negotiate and execute one or May 02, 2011 Page 2 of 7 (ID # 1526) more additional change orders to the contract with ACCO Engineered Systems, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $12,500. 5.Approve and authorize the City Manager or his designee to execute a change order with H.A. Bowen Electric, Inc. in the amount of $262,076 for electrical panel replacements and existing electrical circuit tracing for the Civic Center Infrastructure Improvements Project (PF-01002). 6.Authorize the City Manager or his designee to negotiate and execute one or more additional change orders to the contract with H.A. Bowen Electric, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $52,400. 7.Approve and authorize the City Manager or his designee to execute Amendment No. Two to Contract No. C08124310 (Attachment A) with Cambridge CM, Inc. in the amount of $83,180 to provide extended construction management services for a total contract amount not to exceed $1,282,390 for the Civic Center Infrastructure Improvements Project (PF-01002). Background As part of the City’s ongoing capital infrastructure maintenance program, a complete building system study of the Civic Center was completed in fiscal year 2003. Following the recommendations of the study, various building renovation projects, including elevator upgrades, electrical system upgrades, generator replacement, and mechanical system upgrades, have been implemented since 2005. A contract for construction management services was awarded to Cambridge CM, Inc. in March 2008 to assist City staff with project management of a set of more complex, building-wide modifications (CMR:160:08). The first construction phase for the major work, Bid Package 1, was awarded in August 2008 (CMR:334:08) and completed in July 2009. The second and final phase of the work, Bid Package 2, which included the upgrade of the balance of the building’s mechanical and electrical systems and exterior painting and sealing was awarded as four separate prime contracts in July 2010 (CMR:320:10). These four contracts were awarded to Nexgen Builders, Inc. for general work items and finishes, Everest Waterproofing and Restoration, Inc. for exterior painting and sealing, ACCO Engineered Systems, Inc. for mechanical, plumbing, and fire sprinkler control modifications, and H. A. Bowen Electric, Inc. for electrical and fire alarm modifications. The total amount of the four contracts, including contingencies, was $3,491,042. Utilization of multiple prime contractors provided reduced overhead cost for the specialty contractors and increased competition for each contract, yielding a savings of $2,945,463 below the original engineer’s estimates, which totaled $6,436,505. The basic scope of work contained in these four contracts is progressing well and is scheduled to be completed by mid-June 2011. May 02, 2011 Page 3 of 7 (ID # 1526) During the course of construction during the past year,however, several additional building deficiencies and upgrade opportunities have been identified. The cost of this newly-identified work exceeds the contract amounts authorized by Council at the time of the original contract awards. The recommended work beyond the original project scope is the subject of the contract change orders discussed below. Discussion Staff recommends that this additional work be completed as soon as possible in order to take full advantage of the continuing favorable construction cost climate and minimize future inconvenience to both staff and the public. Some of the work consists of deferred maintenance items that were not included in the original scope of work for Bid Package 2 due to assumed budget constraints. The low bids received for the work, and the resulting project budget surplus, provide an unexpected opportunity to complete all of the major work recommended in the 2003 Civic Center Infrastructure Study, with the exception of the Police Wing work (which is intentionally being deferred pending identification of a final option for a Public Safety Building) and the replacement of the main tower roof (which is not yet fully scoped). Staff recommends that the extra work be performed by the current contractors through the issuance of change orders to the original contracts, rather than rebidding the work, for several reasons. First of all, the current contractors are very familiar with the details of the work to be done and are already mobilized at the site, which will allow them to perform the work more efficiently and for a lower price. Staff is also very satisfied with the craftsmanship, responsiveness, and performance of the contractors to-date and is confident in their ability to perform the remaining work. Lastly, utilizing the existing contracts will avoid a lengthy bidding process and thus allow the work to be completed as soon as possible, resulting in lower prices and less disruption to the building occupants. The scope of each proposed change order and its associated costs are discussed in detail below. Staff is also requesting additional contingency authority for each contract in order to enable staff to address the potential for additional unforeseen work. As noted in the staff report for the award of the original Bid Package 2 contracts, there is an increased likelihood of additional required repairs or system replacements on building renovation projects as compared to new construction. In addition, since a project in an occupied facility requires the contractors to complete their work during off- hours, the majority of change orders for the Civic Center Renovation Project are billed at a premium rate for night or weekend work. Therefore, staff is requesting a twenty percent contingency, rather than the customary 10-15 percent amount, for all increased contracts. Change Order for Restroom Remodeling (Nexgen Builders, Inc.) Nexgen Builders, Inc. is the primary general contractor on the current Civic Center Renovation project. Their primary responsibilities have been concentrated on the general demolition and reconstruction work necessitated by the mechanical and electrical upgrades to the interior of the building. The scope of work for the proposed May 02, 2011 Page 4 of 7 (ID # 1526) contract change order would include major cosmetic upgrades to the restrooms on Levels 1, 2, 3, 4, 5, and 6 (Attachment B). The upgrades would consist of new floor and wall tile, replacement of the restroom partitions, upgraded lavatory counter tops, and a fresh coat of paint. The need for this comprehensive upgrade became evident while attempting to restore the restrooms following the demolition work that was a necessary part of the current mechanical/electrical upgrade. The construction activity in the current phase, as well as the various maintenance tasks performed over the decades, has left these 40-year-old restrooms with a patchwork of mismatched tiles, outdated fixtures and partitions, and dilapidated counters. By comparison, the restrooms on Levels A, Mezzanine, and 8 were either built at a later date than the original restrooms or have been modified in subsequent later years during ongoing accessibility upgrades. Staff recommends approval of a contract change order for a comprehensive upgrade of the selected restrooms in order to reduce future maintenance costs and to provide a level of uniformity to the restrooms. The costs associated with the contract change order with Nexgen Builders, Inc. for restroom remodeling is $194,817. In addition, staff requests that the authorized contingency for contract C11136276 be increased by $39,000, for a total contract amount not to exceed $656,130. Change Order for Computer Room Mechanical System Upgrade (ACCO Engineered Systems, Inc.) This scope of work for the proposed contract change order for ACCO Engineered Systems, Inc., the mechanical contractor for the project, includes the addition of a cooling unit in the Information Technology Data Center/Server Room on Level 2 (Attachment C). During the course of the project, the construction management team noted a design deficiency in the cooling system for this critical facility. The Data Center is served by two separate air conditioning systems -a very inefficient unit located on Level 8, and a second unit mounted below the Center’s flooring system that blows chilled air directly onto the server components. These two systems are further supplemented by three portable cooling units during periods of high demand in the summer months. The temperature in the Data Center, which houses computer server equipment that stores information critical for the operation of all City departments, must be maintained within a narrow range in order to prevent equipment failure. Staff proposes the installation of an additional subfloor-mounted cooling unit that will work in conjunction with the existing subfloor unit to cool the Data Center more efficiently and at lower cost than the existing system. This combination would allow for the elimination of the unit housed on Level 8, which currently runs continuously and blows air inefficiently through ceiling-mounted air diffusers. The installation of the new cooling unit would also eliminate the current need for the three portable units, which consume more electricity than the permanent units. This would also free up one or more of the portable units to be utilized as a redundant unit for the Police Department computer server room. The costs associated with the contract change order with ACCO Engineered Systems, Inc. for the Data Center cooling system upgrade is $62,747. In addition, staff requests that the authorized contingency for contract C11136279 be May 02, 2011 Page 5 of 7 (ID # 1526) increased by $12,500, for a total contract amount not to exceed $1,536,542. Change Order for Electrical Panel Replacements (H. A. Bowen Electric, Inc.) The scope of work for the proposed contract change order with H. A. Bowen Electric, Inc., the project electrical contractor, would provide for the replacement of 22 electric distribution panels and the tracing of existing electrical circuits (Attachment D). Twenty-four (24)other electric distribution panels were already designated for replacement as part of the current Civic Center Renovation project. The construction manager has recently notified staff that some of the remaining panels have not passed inspections by the City’s building inspector due to non-compliant grounding and phasing concerns. Simply put, the electrical panels are not able to pass inspections due to failing components, a condition characteristic of the wear and tear imparted on the system over its decades of service. A typical problematic symptom is that the contractor has been unable to tighten down new wires routed to some of these panels as required by building codes due to the deteriorated condition of the panel hardware. After a diagnostic evaluation requested by staff, the project’s consulting electrical design engineer recommended the replacement of 22 (out of a total of 32) electric distribution panels that were not included in the original project scope. Replacement of these panels will provide protection for the building occupants, electrical maintenance staff, and the building itself from the life and safety concerns generated by the panels’ current deteriorated condition. The change order scope of work also includes work to trace and identify existing electrical circuits within the Civic Center. Over the decades, electrical circuits in the building have been redistributed to provide power for renovations and office area reconfigurations. Circuits have been added and deleted without clear documentation of the modifications. This lack of documentation creates a safety hazard for maintenance staff when they work on the electrical distribution panels and circuitry and violates current building code requirements. Furthermore, it makes it difficult to determine which building components will be de-energized during power shutdowns. Existing Facilities Management staff does not have the capacity to correct these deficient conditions without additional labor support. Therefore, the electrical contractor will work cooperatively with City staff to trace, identify, and label existing electrical circuits throughout the building. The costs associated with the contract change order with H. A. Bowen, Inc. for electrical panel replacements and circuit tracing is $262,076. In addition, staff requests that the authorized contingency for contract C11136280 be increased by $52,400, for a total contract amount not to exceed $1,175,476. Contract Amendment No. Two for Construction Management Services (Cambridge CM, Inc.) Cambridge CM, Inc. was retained to serve as the construction manager for Bid Package 1 as well as the current Civic Center Renovation project. The work of all three building contractors discussed above is overseen and coordinated by a staff project manager with the assistance of two Cambridge CM construction managers. Though the recommended change order work will be performed concurrent with the ongoing May 02, 2011 Page 6 of 7 (ID # 1526) construction activity, the proposed work will extend the current project timetable by approximately three months, through September 2011. As a result, staff recommends approval of the attached contract amendment extending Cambridge CM’s current contract for an additional three months. The costs associated with the attached contract amendment with Cambridge CM, Inc. for construction management services is $83,180, for a total contract amount not to exceed $1,282,390. The attached table (Attachment E) summarizes the dollar amounts for each of the existing contracts and the proposed changes. Resource Impact Funds for these contract change orders and contract amendment are available in Capital Improvement Program Project PF-01002, Civic Center Infrastructure Upgrades. As shown in Attachment E, the contract change orders and contract amendment will authorize additional work and contract contingencies totaling $706,720. Even with the addition of the proposed work, the total expenditures for this phase of the Civic Center Renovation Project will be approximately $2.24 million below the original engineer’s estimate of the project cost. Policy Implications This recommendation does not represent any change to existing City policies. Environmental Review This project is categorically exempt from the California Environmental Quality Act (CEQA) under Sections 15301 and 15302 of the CEQA guidelines as an alteration to an existing facility and no further environmental review is necessary. Attachments: ·A -Amendment Two to Contract No. C08124310 with Cambridge CM, Inc.(PDF) ·B -Scope of Work for Proposed Change Order to Contract No. C11136276 with Nexgen Builders Inc.(PDF) ·C -Scope of Work for Proposed Change Order to Contract No. C11136279 with ACCO Engineered Systems Inc.(PDF) ·D -Scope of Work for Proposed Change Order to Contract No. C11136280 with H. A. Bowen Electric Inc.(PDF) ·E -Summary of Contract Costs (PDF) Prepared By:Joe Teresi, Senior Engineer May 02, 2011 Page 7 of 7 (ID # 1526) Department Head:J. Michael Sartor, Interim Director City Manager Approval: James Keene, City Manager Attachment B Scope of Work for Proposed Change Order for Nexgen Builders, Inc. (Contract No. C11136276) Attachment C Scope of Work for Proposed Change Order for ACCO Engineered Systems, Inc. (Contract No. C11136279) Attachment D Scope of Work for Proposed Change Order for H. A. Bowen Electric, Inc. (Contract No. C11136280) CIVIC CENTER RENOVATION PROJECT (CIP PF-01002) CONTRACTOR CONTRACT NO. TRADE ORIGINAL CONTRACT AWARD ORIGINAL AUTHORIZED CONTINGENCY ORIGINAL TOTAL CONTRACT AUTHORIZATION PROPOSED CHANGE ORDER PROPOSED CONTINGENCY PROPOSED TOTAL CHANGES PROPOSED NOT-TO- EXCEED CONTRACT AMOUNT ACCO C11136279 MECHANICAL $1,270,695 $190,600 $1,461,295 $62,747 $12,500 $75,247 $1,536,542 NEXGEN C11136276 GENERAL $367,313 $55,000 $422,313 $194,817 $39,000 $233,817 $656,130 BOWEN C11136280 ELECTRICAL $749,000 $112,000 $861,000 $262,076 $52,400 $314,476 $1,175,476 Subtotals $2,387,008 $357,600 $2,744,608 $519,640 $103,900 $623,540 $3,368,148 CONSULTANT EXISTING CONTRACT AMOUNT EXISTING ADDITIONAL SERVICES EXISTING TOTAL CONTRACT AUTHORIZATION PROPOSED AMENDMENT #2 PROPOSED TOTAL CHANGES PROPOSED NOT-TO- EXCEED CONTRACT AMOUNT CAMBRIDGE C08124310 CONST. MGMT. $1,089,210 $110,000 $1,199,210 $83,180 $83,180 $1,282,390 Totals $706,720 CONTRACT SUMMARY ATTACHMENT "E" H:\Personal\Civic Center Remodel\aTTACHMENT e Contract Summary.xls