Loading...
sr-022812-3gCity Council Meeting: February 28, 2012 Agenda Item: 3-C-1, To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Bike Parking Facilities Contract Change Order and Agreement Modification Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a fifth change order to Construction Contract 9301 (CCS) in an amount not to exceed $117,666 with Icon West, Inc., a California -based company, for additional construction services. This will result in a new contract in the amount of $1,651,823. 2. Authorize the City Manager to negotiate and execute a fourth modification to Professional Services Agreement 9302 (CCS) in an amount not to exceed $22,110 with Civil Source, Inc., a California -based company, for additional construction management services. This will result in a new contract in the amount of $283,248. 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within budget authority. Executive Summary In December 2010, Council approved a contract with Icon West, Inc. in the amount of $1,385,907 for construction services and a contract with Civil Source, Inc. in the amount of $193,938 for the construction management services for the bike parking facilities at Parking Structures 7 and 8. This project is funded by a Metro grant. Upon completion of the project, new unforeseen conditions and new code requirements were discovered and required additional services to close out the project. Staff recommends a fifth change order to Construction Contract 9301 (CCS ) with Icon West, Inc. in the amount of $117,666 for a total contract of $1,651,823, and a fourth modification to Professional Services Agreement 9302 (CCS) in the amount of $22,110 for a total contract of $283,248 to close out the project. The additional funding requests are within approved Metro grant funding authority. 1 Background The Bike Parking Facilities Project in Parking Structures 7 and 8 was funded by a Metro grant that required the design process to be completed and approved by the California Department of Transportation (Caltrans) for the FY2009 -10 funding year. In order to meet the funding deadline, the City moved forward with completing the design prior to selecting a bike facility operator and bike access control system. On December 7, 2010, Council approved Construction Contract 9301 (CCS) with Icon West, Inc., in the amount of $1,385,907, and Professional Services Agreement 9302 (CCS) with Civil Source, Inc. in the amount of $193,938, for construction management services of bike parking facilities at Parking Structures 7 and 8. Construction started on March 1, 2011. On April 26, 2011, Council approved a contract with Bike and Park, LLC as the operator of the new bike facilities. On June 28, 2011, Council approved a first change order in the amount of $148,250 with Icon West, Inc. for added scope requested by the facilities operator and enhanced technology software. Change orders two through four were also issued, within budget authority previously approved by Council, to resolve other project unforeseen conditions. On August 9 2011, Council approved a first modification in the amount of $67,200 with Civil Source, Inc. to provide additional construction management services for the project. Subsequently, modifications two and three were also issued, within budget authority previously approved by Council, to extend construction management services due to additional work that needed to be completed by the contractor, Icon West, Inc. 2 Discussion Near the end of construction, additional scope and new unforeseen conditions were encountered. Some of these items included: • Relocation of an existing transformer in Parking Structure 7. The transformer was not code compliant and needed to be relocated. In addition, a security fence was installed to separate Bike Center members from the transformer and disconnect switch. • Installation of additional emergency exit signs. Additional exit signage and modifications to existing signage are required to meet current code requirements. • Relocation of exterior signage to improve visibility to public. The original sign locations were deemed to be hidden by several street trees and light poles. Relocation of the sign included extending lighting to the revised location. In addition, photo cells were added at each sign to turn off the lighting during daytime hours. • Installation of conduit and cabling from the Santa Monica Place's main point of entry to each facility for telecommunications. Each facility requires phone data for emergency "blue light" phone and operation. Telecommunications service was not available at either facility. As a result, a conduit and cabling had to be run from the site's main entry location to get access. This work included several hundred feet of conduit and cabling to each facility. • Revisions to power door openers. Upon installation of the power door openers at Parking Structure 8, it was discovered that existing conditions required modification to the previously installed door in order for the opener to function properly. • Upon final installation of garage access (gate) doors in each structure, it was determined that a steel angle and plexiglass was needed to eliminate unauthorized access to the facilities. • Additional administrative costs as defined by the contract for additional compensable days added to the contract. • Modification to the bicycle racks to provide tamper proof locking arms. As a result of these new unforeseen conditions, a fifth change order to Construction Contract 9301 (CCS ) with Icon West, Inc. in the amount of $117,666, and a fourth modification to Professional Services Agreement 9302 (CCS) in the amount of $22,110 with Civil Source, Inc. are required to close out the project. 3 Financial Impacts & Budget Actions The fifth change order to Construction Contract 9301 (CCS) to be awarded to Icon West, Inc. is $117,666, for a new contract total of $1,651,823. The fourth modification to Professional Services Agreement 9302 (CCS) to be awarded to Civil Source, Inc. is $22,110, for a new contract total of $283,248. Funds in the amount of $139,776 are available in the FY2011 -13 budget in account C207011.589052. The fund requests are within approved Metro grant funding authority. Prepared by: Alex Parry, Senior Architect Approved: Forwarded to Council: Martin Pastucha Rod Gould Director of Public Works City Manager 0 Reference Amended Contract Nos. 9301 (CCS) and 9302 (CCS).