Loading...
HomeMy WebLinkAbout16-Development Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Subject: Authorization to execute Change Orders No. One and Two to contract with Solpac, Inc. d.b.a. Soltek Pacific for the San Dept: Development Services 0 R 1 G 1 N A LBernardino Historic Santa Fe Depot Renovation and Restoration project per Plan No. 10446 and authorization to increase the project contingency. MCC Date: 04/07/2003 From: James Funk, Director March 27, 2003 Date: File: 6.7225 Synopsis of Previous Council Action: 12/04/00 Adopted Resolution No. 2000-340 awarding contract to JANUS Corporation for abatement of lead-based paint. asbestos, PCB abatement, and clean-up at the San Bernardino Santa Fe Depot. 11/20/00 Adopted Resolution No. 2000-327 awarding contract to Architect Milford Wayne Donaldson, Inc. for preparing final plan, specifications and estimates for renovation of the San Bernardino Santa Fe Depot. 10/02/00 Agreement for Professional Environmental Inspection Services approved with Earth Tech for providing inspection of hazardous waste removal at the San Bernardino Santa Fe Depot. 3106/00 Approval of the Rehabilitation and Adaptive Reuse Plan for the San Bernardino Santa Fe Depot. 3/20/01 Approval of Contract Change Order No. One to the contract with JANUS Corporation for abatement of lead-based paint, asbestos, PCB, and clean-up at the San Bernardino Santa Fe Depot. Approval of Contract Change Order No. Two to the contract with Earth Tech., a Tyco International L TD company, for Professional Environmental Inspection Services for lead-based paint, asbestos, PCB abatement, and clean-up at the San Bernardino Santa Fe Depot. OS/21/01 Approved Agreement with Transteeh Engineers, Inc. to provide professional construction management, plan review, and inspection services for the Santa Fe Depot Renovation Project. 09/09/02 Adopted resolutions awarding contract to Solpac, Inc. d.b.a. Soltek Pacific for the San Bernardino Historic Santa Fe Depot Renovation and Restoration project, per Plan No. 10446; approving Agreement with Omnitrans for obtaining Federal Transit Administration funding; ratifying a grant application for TEA funding; and authorize the Director of Finance to amend the FY 2002/03 budget. Recommended Motion: I. Authorization for the Finance Director to increase the project contingency fund by an amount of $250,000 from $480,000 to $730,000, utilizing the savings in construction management costs addressed in another agenda item and, 2. Authorization to execute Change Order No. One to contract with Solpac, Inc. d.b.a. Soltek Pacific in the amount of $41,373 for the San Bernardino Historic Santa Fe Depot Renovation and Restoration project, per Plan No. 10446, leaving a new balance in the contingency of $688,627 and, 3. Authorization to execnte Change Order No. Two to contract with Solpac, Inc., d.b.a. Soltek Pacific in the amount of $658,194 for the San Bernardino Historic Santa Fe Depot Renovation and Restoration Project, per Plan No. 10446, leaving a balance in the contingency of $30,433. ~ /;:;L; f'T? ~me~ ! Contact person: Mike Grubbs, Field Engineer Phone: 5179 Supporting data attached: Staff Report, CCO #1, CCO #2 Ward(s): I FUNDING REQUIREMENTS: Amount: $ 699,567.00 Source: (Acct. No's) 123-558-5504-717R Acct. Description: Restoration of San Bernardino Santa Fe Depot Finance: 'iJ7/JJ Agenda Item No. J to CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Authorization to execute Change Orders No. One and Two to contract with Solpac, Inc. d.b.a. Soltek Pacific for the San Bernardino Historic Santa Fe Depot Renovation and Restoration project per Plan No. 10446 and authorization to increase the project contingency fund. Backl!;round: Bids were received for the San Bernardino Historic Santa Fe Depot Renovation and Restoration project, per Plan No. 10446, and a contract for the work was awarded to Solpac, Inc. d.b.a. Soltek Pacific on September 9, 2002. Construction work has been proceeding on schedule and is approximately 20% completed. Together with the architect, the construction management firm and later the contractor, staff has completed several exhaustive rounds of value engineering processes associated with the Santa FE Depot Restoration Project. The initial phase of value engineering successfully reduced the estimated cost of the final phase of reconstruction from about $13 million to about $9 million, resulting in a low bid in that approximate amount. Once the contract was let to Soltec, Inc., staff initiated another round of value engineering, now including the contractor, resulting in substantial savings to the contract in a number of areas including HV AC, structural, trim and exterior work. However, in the course of completing early phases of the work, asbestos was encountered in several locations that were not identified during the investigation phase of the project and must be removed at a significant additional cost to the project. In addition, there was extensive asbestos piping found in the tunnels under the Depot, which were designed to be used as utility chases in the restoration project. The original design called for removal of all hazardous materials in the series of tunnels under the Depot so that the new utilities (sewer, water, electric, etc.) could be installed and maintained in the tunnels. When staff learned of the extensive work that was being undertaken to accomplish this, we reviewed the project costs and directed the contractor and construction manager to complete the removals in the south tunnel, redesign the utilities to all be placed in the south tunnel or outside the building, and seal up the north tunnel, as well as the other north/south oriented tunnels under the building. The contingency amount approved for the renovation contract as part of the contract award is $480,000.00. Staff is recommending that the savings which will be realized by the approval of Amendment No. 1 to Agreement with Transtech Engineers, Inc. be transferred to increase the contingencies for the renovation project, establishing a total construction project contingency of $730,000.00. Soltek Pacific is currently requesting a change order for asbestos removal and other items of extra work that will increase the contract cost by approximately $699,567. Change Order No. One in the amount of $41,373 consists of various items, which were unknown at the time of bidding. Change Order No. Two in the amount of $658,194 consists of various items, which were unknown at the time of bidding. 2 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report (Continued) The details of these change orders are described in the attached Change Orders No. One and Two. Financial Impact: All costs incurred for this project are charged to Account No. 123-558-5504-7178 (Restoration of the San Bernardino Santa Fe Depot). The revised project costs are as follows: Original contract amount....................................................................... $ 9,296,000.00 Contract Change Order No. One............................................................ 41,373.00 Contract Change Order No. Two............................................................ 658,194.00 Revised Construction Contract cost................................................. ....... $ 9,995,567.00 Change Order No.1, in the amount of $41,373 is (0.45%) of the original contract amount. Change Order No.2, in the amount of $ 658,194 is (7.08 %) of the original contract amount. Recommendation: I. Authorization for the Finance Director to increase the project contingency fund by an amount of $250,000 from $480,000 to $730,000, utilizing the savings in construction management costs addressed in another agenda item and, 2. Authorization to execute Change Order No. One to contract with Solpac, Inc. d.b.a. Soltek Pacific in the amount of $41,373 for the San Bernardino Historic Santa Fe Depot Renovation and Restoration project, per Plan No. 10446, leaving a new balance in the contingency of $688,627 and, 3. Authorization to execute Change Order No. Two to contract with Solpac, Inc., d.b.a. Soltek Pacific in the amount of $658,194 for the San Bernardino Historic Santa Fe Depot Renovation and Restoration Project, per Plan No. 10446, leaving a balance in the contingency of $30,433. 3 DEVELOPMENT SERVICES DEPARTMENT 300 North "D" San Bernardino CA 924t8~OOl Planning & Building 909.384.5057 Fax: 909.384.5080 Public Works/Engineering 909.384.5111 Fax: 909.384.5155 CONTRACT CHANGE ORDER NO. ONE DATE: PROJECT: April 7. 2003 HISTORIC DEPOT RENOV A nON PROJECT, CITY PROJECT NO: HDREN-1, FEDERAL PROJECT NO: 08-4105584L TO: SOL TEK PACIFIC 2424 Congress Street San Diego, CA 92110 DELETED ITEMS ITEM NO: DESCRIPTION OF CHANGE 1-6 Watkins Environmental Time & Material 1-7 Added demolition scope at exterior Total value of Added items COST $ (213,551.00) $ (49,350.00) $ (48,290.00) $ (8,860.00) $ (62,400.00) $ (382,451.00) COST $ 389,434.00 $ 34,390.00 $ 423,824.00 $ 41,373.00 1-1 Credit for Vaiue Engineered HV AC System 1-2 Delete Inspection requirements 1-3 Revise Arcade Redwood to Construction Grade 1-4 Revise HVAC Catwalk materials 1-5 Interior Demolition Revised scope Total value of deleted items ADDED ITEMS ITEM NO: DESCRIPTION OF CHANGE NET COST (CREDIT) OF CHANGE ORDER NO.1 Justifications: Item #1-1 Credit for Value Engineered HVAC System - Contract Document called for a Air Handling with Chillers Mechanical system. Thru the value engineering process system has been changed to a water source heat pump system for a credit back to the City of San Bernardino. Item #1- 2 Delete Inspection requirements -Contract Document called for the General Contract to obtain the services of a Testing and inspection firm. Thru the negotiation process this requirement has been deleted. Credit back to the City of San Bernardino. Item #1-3 Revise Arcade Redwood to Construction Grade - Contract Documents called for clear heart redwood. Thru the value engineering process the clear heart redwood has been changed to a construction grade redwood. Credit back to the City of San Bernardino. Item #1-4 Item #1-5 Item #1-6 Item #1-7 Revise HVAC Catwalk materials - Contract documents called for the HVAC cat walk system to be Manufactured by Ohio Gratings, product to be Aluminum anodized. Thru the value engineering process the requirement has been changed to a McNichols cat walk system. Credit back to the City of San Bernardino. Interior Demolition Revised scope - Per the Contract documents scope of interior demoiition was reduced. Credit back to the City of San Bernardino. Additional Hazardous Material Removal (labor) - Additional locations and aounts of interior and exterior lead and asbestos abatement. Added demolition scope at exterior - Per the contract documents exterior demolition scope increased including but not limited to the removal of brick paver, cleaning and palletizing at the East End of the Parking Lot. Relocation of brick to be used for the replacement of brick at the front of the buildings court yard area. Summary Of Contract Costs The estimated revised contract cost is as follows: Signature: Name: Signature: Name: Date: Executed by: Name/Signature Date: Recommended by: Name/Signature Date: Item Number Date: .$ 9,296,000.00 . $ (382,451.00) .$ 423,824.00 Original Contract amount..... .......... ....................... ................. ...... Decrease due to CCO # 1........................................................... Increase due to CCO # 1............................................................. Revised Contract Amount 9,337,373.00 . APPROVED BY MAYORANO COMMON COUNCIL." .' . . . April 7, 2003 DEVELOPMENT SERVICES DEPARTMENT 300 North "0" San Bernardino CA 92418-001 Planning & Building 909.384.5057 Fax: 909.384.5080 Public Works/Engineering 909.384.5111 Fax: 909.384.5155 CONTRACT CHANGE ORDER NO. TWO DATE: PROJECT: April 7, 2003 HISTORIC DEPOT RENOV AnON PROJECT, CITY PROJECT NO: HOREN. I , FEDERAL PROJECT NO: 08-4I05584L TO: SOLTEK PACIFIC 2424 Congress Street San Diego, CA 92110 ITEM NO: DELETED ITEMS DESCRIPTION OF CHANGE 2-1 2-2 2-3 2-4 2-5 2-6 2-7 Remove brick fa<;ade on mechanical building Structural Steel Savings HV AC Catwalk Savings Electrical Fixture Change from Fluorescent to Incandescent Lighting Alternate Demolition (Roof) Exterior Painting ($75,000.00) Credit Reduction in Site Civil Work Total value of deleted items ADDED ITEMS ITEM NO: DESCRIPTION OF CHANGE 2-8 install new roof covering Rernediate newly discovered and additional quantities of hazardous 2-9 material Total value of Added items NET COST (CREDIT) OF CHANGE ORDER NO.1 Justifications: Item #2-1 COST $ (57,000.00) $ (85,000.00) $ (11,060.00) $ (30,000.00) $ (42,605.00) $ (75,000.00) $ (65,000.00) $ (365,665.00) COST $ 180,678.00 $ 843,181.00 $ 1,023,859.00 $ 658,194.00 Delete Brick Facade - The original bid documents called for the installation of a brick fa~ade facing the separate mechanical building. This is simply an aesthetic element that has no historic relevance. The architect now supports the deletion of the facade brick work in deference to budgetary concerns. Item #2-2 Structural Steel Savings. The value engineering process resulted in a reduction in HV AC equipment needed in the entire roof substructure area, which resulted in a reduction in the costs to "shore up" the existing substructure. Item #2-3 HVAC Catwalk Savings. The value engineering process resulted in a reduction in HV AC equipment needed in the "catwalk" area, which then resulted in savings in structural costs to "shore up" the existing "catwalk." Item #2-4 Item #2-5 Item #2-6 Item #2-7 Item #2-8 Item #2-9 Electrical Fixture Change from Fluorescent to Incandescent Lighting Alternate Demolition (Roof) - Original scope was to demolish and repair failed sections of the roof. It was learned that the damage was too severe to warrant trying to repair the roof and the recommendation is now to replace the entire roof sheeting. Exterior Painting Credit - Original scope was to include painting the exterior of the building. It is now recommended that the existing stucco be power washed, repaired as required, and cleaned at a net savings of $75,000. Reduction in Site Civil Work - The value engineering process also resulted in some changes in the proposed site work design that included savings in utility costs, including sewer and dry utiiities. Install New Roof - The original bid documents authorized repair of 2000 square feet of localized areas of the existing roof. It has become apparent that the roof has too many leaks and gaps, and complete replacement is required to protect the City's tenant improvements planned for the interior of the structure. Remediate Newly Discovered Hazardous Material - During demolition of areas within the building, and in the process of preparing the tunnels beneath the Depot to be used as utility chases, a significant amount of previosuly unknown asbestos and lead paint was discovered. In order to occupy all areas of the building as planned and provide adequate "clean" space for utility chases, this hazardous material must be remediated. Summary Of Contract Costs The estimated revised contract cost is as follows: Signature: Name: Date: Signature: Name: Date: Executed by: Name/Signature by' Name/Signature Date: Item Number Date: Original Contract amount........ ....... ... ......... ........... ....... ..... ........... Decrease due to CCO # 1........................................................... Increase due to CCO # 1............................................................. Decrease due to CCO #2............................................. Increase due to CCO #2.................. ....................... ........ ............. Revised Contract Amount APPROVED BY MAYOR AND CQMMONCOUNCIL .' April 7. 2003 .$ 9,296.000.00 ..$ (382,451.00) .$ 423,824.00 $ (365,665.00) $1,023,859.00 > t+\,~F';Jt;;;;'::(~~j;~' ;