Loading...
18 Staff Report - Police Operations Building Facility Project~q N 0 MEETING DATE: 12115108 - ITEM NO: ~ •N[ E3 5 os ~~tos COUNCIL/AGENCY AGENDA REPORT DATE: DECEMBER 11, 2008 TO: MAYOR AND TOWN COUNCIL/ CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY FROM: GREG LARSON, TOWN MANAGER/EXECUTIVE DIRECTOR SUBJECT: PPW JOB NO. 07-22 - LOS GATOS / MONTE SERENO POLICE OPERATIONS BUILDING FACILITY PROJECT 821-2401 A. ADOPT RESOLUTION DECLARING SANTA CLARA VALLEY CORPORATION DBA SWENSON DEVELOPMENT AND CONSTRUCTION INC. TO BE THE LOWEST RESPONSIBLE BIDDER ON THE PROJECT AND AWARD A CONSTRUCTION CONTRACT IN THE AMOUNT OF $3,061,000. B. AUTHORIZE STAFF TO EXECUTE FUTURE CHANGE ORDERS TO THE CONSTRUCTION CONTRACT AS NECESSARY UP TO AN AMOUNT OF $306,000. C. AUTHORIZE BUDGET ADJUSTMENT IN THE AMOUNT OF $375,000 FROM THE GENERAL FUND DESIGNATED RESERVE FOR POLICE OPERATIONS BUILDING RECOMMENDATION: 1. Adopt resolution (Attachment 1) declaring Santa Clara Valley Corporation DBA Swenson Development and Construction Inc. to be the lowest responsible bidder on the project and award a construction contract in the amount of $3,061,000. This award includes the awarding of the Add Alternative Construction of the Emergency Operations Center. 2. Authorize staff to execute future change orders to the construction contract as necessary up to an amount of $306,000. 3. Authorize budget adjustment in the amount of $375,000 from the General Fund Designated Reserve for Police Operations Building. BACKGROUND: The adopted Capital Improvement Program designates funding in the amount of $3.8 million for the new Los Gatos/Monte Sereno Police Operations Building Facility Project. This project proposes the remodel of an existing structure of approximately 9,000 square feet ocated at PREPARED BY: TODD CAPURSO Director of Parks and Public Works CADocuments and Settingslpjacobs.LOSGATOSCAIDesktop107-22.police. department.awardPIdoc Reviewed by: Assistant Town Manager/Deputy Director Town Attorney/General Counsel/ Clerk Administrator/Secretary Finance Community Development PAGE 2 MAYOR AND TOWN COUNCIL/ CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY DECEMBER 11, 2008 SUBJECT: PPW JOB NO. 07-22 - POLICE OPERATIONS BUILDING FACILITY PROJECT 821-2401 15900 Los Gatos Boulevard and the construction of an additional structure of approximately 3,000 square feet to accommodate the operational needs of the Police Department and better serve the communities of Los Gatos and Monte Sereno. The design and development of this project began in early 2007. The design was completed in June 2008 and the construction documents were bid at that time. The Town received four bids for the project and all bids were substantially over the project budget and estimates. The Town Council/Redevelopment Agency rejected the bids at the Council meeting of August 18, 2008. DISCUSSION: Revised Bid Package To gain a full understanding of the cause of the prior high bids and bidding inconsistencies, staff conducted an in-depth review of the project documents. In coordination with the comprehensive internal review, a professional engineering consultant with expertise in the construction of public safety facilities performed detailed value engineering on the project. This consultant also performed a constructability review of the project to ensure that it could be constructed as designed and would not require major changes in the field, resulting in additional claims and change orders by the contractor. As a result of the above review and analysis, a number of changes to the project documents were approved by the Town Manager for final design and preparation of the construction documents to re-bid the project. Town Council adopted a resolution on November 3, 2008, approving the revised plans and specifications for this project and authorizing staff to advertise the project for bid. In developing the bid package, staff determined that the best approach was to require a base bid for the remodel of the existing 9,000 square foot structure and an "add alternate" for the 3,000 square foot Emergency Operations Center (EOC). The EOC, which would also serve as a Police briefing room and would be available as a community meeting room, was not included in the initial construction budget for the project, as it was added to the design subsequently. Thus, the EOC was presented in the bid package as an "add alternate." Using this bid approach, the Town has the ability to award the base bid independently ($2,662,000) or with the EOC add alternative proposal ($399,000) for a total of $3,061,000. If the EOC facility is not constructed as a part of this project, the Town has the option to construct it at a later date, providing that funding can be identified at that time. However, the Town would incur additional costs to re-bid the EOC separately at a later date, with higher costs on a stand-alone project. Re-bidding the EOC separately would require the production of a new set of plans and specifications. Also, if there are any updates to the building code in the interim, appropriate design changes would have to be included; these normally result in higher construction costs. There may also be additional costs for inflation and higher labor and construction material costs. These are unknown at this time; however, recent construction history indicates that if the Town decides to construct the EOC five years in the future, the cost PAGE 3 MAYOR AND TOWN COUNCIL/ CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY DECEMBER 11, 2008 SUBJECT: PPW JOB NO. 07-22 - POLICE OPERATIONS BUILDING FACILITY PROJECT 821-2401 to construct this section separately is estimated to be 40 to 45% above the cost of awarding it now as an add alternative. Project Cost Components In addition to the direct construction costs, the total project costs include a construction contingency, project management costs, Furniture, Fixtures & Equipment (FF&E) costs, and facility re-use design and improvements costs. For construction projects of this scale it is a common practice to allocate approximately 10% of the bid price as a contingency to cover unanticipated work due to unforeseen conditions that may be encountered during the course of the project. This contingency amount ($306,000 for the total project) will only be used to address such conditions and is not intended to add features to the project. If a sufficient balance remains in the contingency as the project approaches completion, a portion of that balance may be used for material upgrades. All remaining funds would revert to the general fund. Project management costs include construction management services, engineering inspection, and amendments to the architect contract required for any unforeseen redesign work. The total estimated cost for these services is $320,000 for the total project. In conjunction with the design of the building, staff has been working on a strategy to fumish the new building. FF&E includes not only desks, chairs, and cabinets, but also security systems, lockers, and other specialty components that will be used by staff who will occupy the building. The approximate cost estimate for these items for the entire facility is approximately $400,000, with $80,000 being attributed to the EOC. Staff is working closely with potential vendors to reduce this amount. Among the options being considered is using re-furbished furniture and using generic instead of name brand components. Parks & Public Works staff will continue to collaborate with Police Department staff to reach an agreement that will provide the most economical and functional FF&E package for the building. In addition, staff is recommending that funding be set aside for design work and preliminary improvements that are needed for the re-use of space being vacated by Police personnel at Town Hall. Police staff currently working in the houses along Villa Street will be relocated into the Town Hall space. Some reconfiguration and improvements to the Town Hall space being re- utilized is required to accommodate this relocation. Bid Award On December 10 2008, nine (9) bids were received for this project (see Bid Summary, Attachment 2). Staff has reviewed the bids, and after tabulation of the bid results determined that Santa Clara Valley Corporation DBA Swenson Development and Construction Inc. is a responsible entity and that its bid is responsive to the Town's formal bid process. The Town has sufficient furlding in place to award the base bid; however, additional fluids are required to cover the costs associated with construction of the EOC. The current available fields budgeted for this project is $3,800,000. The additional arnount needed to fully fiend this project PAGE 4 MAYOR AND TOWN COUNCIL/ CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY DECEMBER 11, 2008 SUBJECT: PPW JOB NO. 07-22 - POLICE OPERATIONS BUILDING FACILITY PROJECT 821-2401 ($375,000) is identified in the year end fund balance reserve report, which is on the agenda for the December 15, 2008 Town Council meeting. This additional funding is required to construct the project in its entirety and would be allocated as follows: Base Bid Add Alternate Base Bid plus Costs Costs Add Alternate Construction $2,662,000 $399,000 $3,061,000 Costs Construction $266,000 $40,000 $306,000 Contingency Project $280,000 $40,000 $320,000 Management Costs Furniture, $320,000 $80,000 $400,000 Fixtures and Equipment Facility Re-Use $60,000 $28,000 $88,000 Costs TOTAL COSTS $3,588,000 $587,000 $4,175,000 While the construction of the EOC requires the addition of $587,000 to the project, $212,000 of this is available in the project budget as a result of the base bid coming in below the budgeted amount. Additional funding of $375,000 would enable the construction of the entire project. CONCLUSION: It is recommended that the Town Council/Redevelopment Agency adopt the attached Resolution declaring Santa Clara Valley Corporation DBA Swenson Development and Construction Inc. to be the lowest responsible bidder on the project and award a construction contract in the amount of $3,061,000, including award of both the base bid and the add alternate. ENVIRONMENTAL ASSESSMENT: Funding of this project is not a project defined under CEQA, and no further action is required. PAGE 5 MAYOR AND TOWN COUNCIL/ CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY DECEMBER 11, 2008 SUBJECT; PPW JOB NO. 07-22 - POLICE OPERATIONS BUILDING FACILITY PROJECT 821-2401 FISCAL IMPACT: Sufficient funds are available for this project pending the Town Council's approval of $375,000 from General Fund Designated Reserve. Staff will adjust the detailed accounting line items to allocate remaining project budget according to the revised plan as detailed below: POLICE FACILITY PROJECT Original Prior Years FY 2008109 FY 2008109 Proposed Ava labk: Budget Expenditures Budget ExplEnc Contract/ ltalance FY 2007108 Fiscal Impact To Date Planned Exp Project 411-821-2401 $ 5,118,548 $ 2,521,791 $ 2,596,757 $ 78,457 $ 2,507,410 $ 10,890 Project 911-821-2401 2,720,000 1,280,886 1,439,114 146,524 I M,590 Proposed Budget Adjustment (411) 375,000 375,000 TOTALS $ 7,838,548 $ 3,802,677 $ 4,410,871 $ 224,980 $ 4,175,000 $ 10,890 Expenditure Detail Services Supplies & Equipment $ 1,627 $ 20,981 Site Acquisition & Preparation 3,201,718 Design & Consulting Services 540,574 186,449 Project Construction Management $ 320,000 Engineering 1,800 Furniture, Fixture and Equipment 400,000 Project Construction 58,758 15,750 3,061,000 Facility Re-Use Costs 88,000 Contingency 306,000 TOTALS $ 3,802,677 $ 224,980 $ 4,175,000 Attachments: 1. Resolution declaring Santa Clara Valley Corporation DBA Swenson Development and Construction Inc. to be the lowest responsible bidder on the project and award a construction contract in the amount of $3,061,000 (with Exhibit A). 2. Bid Summary RESOLUTION RESOLUTION OF THE TOWN COUNCIL/REDEVELOPMENT AGENCY OF THE TOWN OF LOS GATOS AWARDING A CONSTRUCTION CONTACT TO SANTA CLARA VALLEY CORPORATION DBA SWENSON DEVELOPMENT AND CONSTRCUTION INC. FOR PPW JOB NO. 07-22 LOS GATOS / MONTE SERENO POLICE OPERATIONS BUILDING FACILITY PROJECT WHEREAS, bids were sought in conformance with State and Town law for PPW Job No.07-22 - Police Operations Building Facility Project; and WHEREAS, Santa Clara Valley Corporation DBA Swenson Development and Construction Inc. submitted a bid which the Town Council/Redevelopment Agency deems to be responsive to the Town's solicitation. NOW, THEREFORE, BE IT RESOLVED by the Town Council/Redevelopment Agency of the Town of Los Gatos, County of Santa Clara, State of California, that Santa Clara Valley Corporation DBA Swenson Development and Construction Inc. is declared to be the lowest responsible bidder for PPW Job No. 07-22 Los Gatos / Monte Sereno Police Operations Building Facility Project; BE IT FURTHER RESOLVED that the Town Manager/Executive Director is hereby authorized and directed to execute a construction contract (Attached as Exhibit A) for said project on behalf of the Town in the amount of $3,061,000. BE IT FURTHER RESOLVED, that the staff is authorized to execute future change orders, as necessary, up to an amount of $ 306,000. PASSED AND ADOPTED at a regular meeting of the Town Council/Redevelopment Agency of the Town of Los Gatos, California, held on the 15th day of December, 2008 by the following vote: COUNCIL/AGENCY MEMBERS: AYES: NAYS: ABSENT: ABSTAIN: SIGNED: MAYOR/CIIAIR OF THE REDEVELOPMENT AGENCY LOS GATOS, CALIFORNIA ATTEST: CLERK ADMINISTRATOR/SECRETARY OF THE REDEVELOPMENT AGENCY LOS GATOS, CALIFORNIA ATTACHMENTI CONTRACT THIS AGREEMENT is between the Town of Los Gatos/Redevelopment Agency (hereinafter referred to as "Owner") and Santa Clara Valley Corporation DBA Swenson Development and Construction Inc. (hereinafter referred to as "Contractor"). Owner and Contractor, for the consideration hereinafter named, agree as follows: A. SCOPE OF WORK Contractor shall furnish all materials and perform all of the work for the construction of PROJECT 407-22 Los Gatos / Monte Sereno Police Operations Building in accordance with the Contract Documents, B. CONTRACT PRICE As full compensation for furnishing all materials and for doing all the work contemplated and embraced in this Contract, also for all loss or damage arising out of the nature of the work aforesaid, or from the actions of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by Owner, and for all risks of every description connected with the Work, also for all expenses incurred by or in consequence of the suspension or discontinuance of work, and for well and faithfully completing the Work, and the whole thereof, in the manner and according to the Contract Documents, Owner shall pay Three million sixty one thousand dollars 3,06 1,000), which shall supersede any other amount specified in the Contract Documents. C. CONTRACT DOCUMENTS All rights and obligations of Owner and Contractor are fully set forth and described in the Contract Documents. All parts of the Contract Documents are intended to be correlated so that any work called for in one part and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The Contract Documents are defined in General Conditions of the Specifications and are incorporated herein by reference the same as though set out in full. D. BEGINNING OF WORK Following the execution of this Contract and the approval of bonds and insurance policies and certificates, Owner shall issue a Notice to Proceed with the Work. Commencing work or the entrance of equipment or materials on the site of the Work by Contractor before receipt of the Notice to proceed is at the sole risk and expense of Contractor and the Contractor shall be fully liable for any damage or injury sustained by Owner or third persons resulting there from. E. TIME OF COMPLETION The Work called for herein shall be fully completed by two hundred forty (240) Calendar days. EXHIBIT A F. CORRECTION OF WORK AFTER ACCEPTANCE AND FINAL PAYMENT BY TOWN Contractor shall remedy any defects due to faulty materials and/or workmanship and pay for any damages to other work and/or existing facilities resulting therefrom which shall appear within a period of 1 year from the date of recording of the Notice of Completion. G. LIQUIDATED DAMAGES The undersigned has reviewed and is thoroughly familiar with the appropriate sections of the Contract and Bid form section B-3 of these Specifications pertaining to liquidated damages. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day of _ , 2009. TOWN OF LOS GATOS, by: Greg Larson, Town Manager/Executive Director RECOMMENDED BY: Todd Capurso, Director of Parks & Public Works APPROVED AS TO FORM: Orry P. Korb, Town Attorney/General Counsel ATTEST: Jackie Rose, Clerk Administrator and Secretary of the Redevelopment Agency Los Gatos, California CONTRACTOR, by: (Signature) (Print Name) (Address) (City, State, Zip) (Contractor's License Number) u eta la CZ! 4.4 t~ Ay RY. V es 49 iW L~ ~ V 0 O 0 0' 0 O€ a: oE O` o~ O o O 6 Oi o ra r «s V c» III d cei q 0 c3 0 O, 0 o 01 V (o 00 I C41 N i T- (D co 0' r N N cp (D v N s IT V 0 0: tC3 N ~ to m ri cis f ti I r; f>? (1) j (.4 M fA in fA It to co, i col 691 E 3 ~ { 3 ' E ~,VV o a o C) ol 01 ra 0 (D [ o o to C c~ Ct' f O C3 Co. 0 1 O E 0! O ~ 0 Cj O tr) { f ~ E w 0 A ~ o Ch l m M o i 01 'd'' Cr} O 'Cr N C~J I i {j k O f F 3 i 1 O 0, i 01 0 S 0 0 0 O' O' O (~7 C]{ tom i77! 0 O O 0 0 0 OE 1 0€ 1 (w ' (0 . Ch€ f~ 3 : O' O (V , 00 c 0 0 o O fl C] 0 01 o' 0 1 0 O ~~p3 E3i , Eti N (D 1 to U'j (o Lo co O] : G)l a 0 r€ r C4 N f O r~ Cr1 oc M "ZU EY} rl - i 1 i ~ C 1 ~ I 777U ! j W 1f i ~ 81 ,5 F W c i CO ro i 0 0 ¢ ' o f 7+ CI CS: F E Co fu r sfl ! p Sw ~ ` f i i ~ rrQe VF fl= ~ Q Q ~ ' Q 3 I! (St fl d5 fl L' ' (0 ! Q 1 C~ i 1 ( Z E 7g ) D ; ~ } 3 C? oe c) j{ N ` L ~ 3 QI ' fl i L. 17 t? O, rn~ ID U, i tiF i U5 ` ~ ' i fl y E i ; w E U 0 0 -2 i v ~ i 2 ~ 4 tD O E fX1 f ~ry~' I ~ t c _ ~ I co y{ I V/ i l„! LL to 0 06 0 CK a~ 14, S~ eq . q 44 41 U .~a 4 cc 0 y, 1'l fn ATTACHMENT 2