Loading...
SR 11-01-2016 3C Ci ty Council Report City Council Meeting : November 1, 2016 Agenda Item: 3.C 1 of 9 To: Mayor and City Council From: Susan Cline, Director , Public Works, Architecture Services Subject: City Services Building Program Change Recommended Action Staff recommends that the City Council : 1. Authorize the City Manager to negotiate and execute a f irst modification to A greement #1 0051 (CCS), in the amount not to exceed $1,692,480 (including 10% contingency), with Hathaway Dinwiddie Co nstruction Company , a California -based company, for design services associated with program changes and additional se rvices required for the project. This will result in an amended Guaranteed Maximum Price agreement for design with a new total amount not to exceed $8,756,981 . Staff will return to Council with a Guaranteed Maximum Price amendment for construction. 2. Author ize budget changes as outlined in the Financial Impacts an d Budget Actions section of the report. Executive Summary City staff has identified the need to expand the design services to include adjustments to the City Services Building program , provide tec hnical design services to move the City’s Traffic Management Center to the building , modify the courtyard circulation, design additional environmental systems for the pasteurization of waste materials produced in the building and to provide an additional C EQA historic resources technical report for the project. Additionally, staff has identified the need to increase the scope of work for the design -build contractor Hathaway Dinwiddie Construction Company to include design -build services for tenant i mproveme nt s in the south wing of City Hall necessitated by the City Services Building construction and for the design of essential fire and life safety alterations to the City Hall as required by code officials . A new roof and HVAC systems for the south wing of th e building are also required for pursuit of a sufficient solar array and suitable water collection for the City Services Building, and need to be added to this scope of work . This is for a first modification to an existing design -build contract to provide additional professional design services for the City Services Building project. The project construction cost of $74,566,130 provided to Council on May 24, 2016 for the remaining work is increased by $238,599 (including a 10% contingency) for the programma tic scope changes, making the new total $74,804,729 . The remainder of the design costs outlined in this report were anticipated to be exp e nded at the time of bond issuance , but must be done sooner to keep the project timeline on track . 2 of 9 Background On Marc h 27, 2012 (A ttachment A ), Council authorized staff to select a design consultant to provide initial design feasibility analysis and cost estimation services for the City Services Building . A City Services Building was part of the Civic Center Specific Pl an and has long been needed in order to eliminate expensive offsite leased space and coalesce city services in one location. On Apr il 8, 2014 (Attachment B ), Council authorized staff to execute an agreement with design -build contractor Hathaway Dinwiddie Construction Company (including design firm Frederick Fisher and Partners Architects), for initial design, cost estimation services, and feasibility analysis for the City Services Building in an amount not to exceed $258,500. O n Jan uary 27, 2015 (Attachme nt C ), Council reviewed and provided comments on the feasibility analysis, concept design and financial options for the City Services Building and authorized the design services phase for an approximately 50,000 square foot building, with three stories abo ve grade and a basement level. Additionally, Council directed the project team to pursue the Living Building Challenge, internationally the most rigorous and ambitious environmental perfo rmance standard for buildings (m ore information can be found at <htt p://living -future.org>). On April 28, 2015 (Attachment D ), Council authorized the City Manager to execute a design -build contract with Hathaway Dinwiddie Construction Company for a Guaranteed Maximum Price for design services for t he City Services Build ing of $7,064,501 and to authorize direct owners costs associated with the design phase in the amount of $540,000. Because this is a design -build project, more technical consultants participate in the design phase result ing in an integrated design and cos t savings in the construction phase. May 24, 2016 (Attachment E ), Council reviewed and commented on the schematic design and cost estimates for the City Services Building, and directed staff to proceed 3 of 9 with design development that endeavor s to achieve Liv ing Building Challenge certification for a project cost of $74,566,130 for the remaining work . Discussion Staff recommends that the current agreement #10051 with Hathaway Dinwiddie Construction Company for design -build services for the City Services Buil ding be amended to include the proposed program changes for the City Services Building , to provide technical design services for the relocation of the Traffic Management Center and to provide design services of an environmental system that will pasteurize compost waste material in the City Services Building , and that the design -build team provide a required historic resources technical report as a CEQA support document for the project. Additionally, staff recommends that the design -bui ld services for City H all south wing tenant i mprovements , which are necessitated as a result of the City Services Building construction , along with HVAC systems and roof adaptations to provide essential fire and life safety alterations to the City Hall be added to the proje ct s cope. The degree to which City Hall wa s going to be affected by the City Services Building was unknown until the parameters and requirements were developed . City Services Building Design Design services for the City Services Building include program chan ge, traffic management center relocation, environmental systems, courtyard design changes and CEQA requirements. City Services Building Program Change: Technology has reshaped the way work is done and the new building will reflect the potential for more efficient and collaborative workspace . We are committed to accelerate the digital transformat ion for City staff operations. T he original contracted building program requirements for the City Services Building are recommended to be adjusted to convert pri vate o ffices for division managers and department heads to shared workspaces available for use by all staff. This will create options for more formal and informal collaborative conference spaces and office spaces for focused work and meetings . This also c reates more flexible work space better accommodating staff fluctuations. By providing more open spaces through 4 of 9 the elimination of dedicated offices and providing natural light and air available to all workspaces, these program changes further contribut e to the project by satisfying the requirements of the International Living Future Institute’s Living Building Challenge certification. The proposed open working environment represents a change in working culture at the City and is in keeping with a trend of Workplace Transformation in offices across the country . The City is planning a change management effort and a digital transformation process to begin soon in order to shift more towards the use of mobile technology with a focus on collaboration and teamwo rk. A variety of workspaces have been planned within the City Services Building to accommodate different working styles including open flexible workspaces , break rooms and break out areas and a collection of small, medium and large spaces that can be utili zed for quiet work or meetings. As staff becomes more mobile using laptops and tablets , the ability to work not only at an assigned workstation but throughout the building in one of more than 30 other locations will become the norm. Representatives from each staff division, called Liaisons, have been identified to collect and disseminate information regarding the project . A series of meetings have been, and will continue to be, held to review the project throughout the project development. Approximately 58 % of the original building design is affected mid -project in the Design Development phase by this program change which results in an increase in design services fees of $238,599 (including a 10% contingency). Refer to Exhibit 1 for additional details. This is the sole design cost being proposed that is additional to the original scope of work brought to Council on May 24, 2016.The remainder of the design costs outlined in this report were anticipated to be expended at the time of bond issuance, but mus t be done sooner to keep the project timeline on track. Traffic Management Center: The existing Traffic Management Center located in the City Hall will be relocated to the City Services Building. The Owner’s Project Requirements (OPR) did not identify t his element in the original contracted program. City staff recommends that the design -build team provide technical design services to identify the 5 of 9 existing equipment and provide design for the relocation of this important project element. The cost of this design work is $8,084 (i ncluding a 10% contingency). Environmental Systems for pasteurization of waste material in the City Services Building : Staff recommends that the design -build team provide design services for systems to pasteurize the compost that will be a by -product of the foam - flushing/composting toilets that a re an integral component of the proposed methodology to achieve net -zero water in the building. The Bullitt Center in Seattle, which is an LBC certified building, transports their compost t o a remote facility to complete the pasteurization process. City staff recommends that the design -build team provide design solutions to pasteurize the compost on site, in the basement , resultin g in a greener solution. The design for these systems will det ermine whether this waste material may be sanitized and turned into a tested compost by -product that may be utilized in the landscape on site . The cost of this design work is $41,705 (including a 10% contingency.) Design change for courtyard ISD door (to room 105) to be replaced by a historic replica window: Due to the placement of the City Services Building, loading access to the Information Systems Department would require adjustment. In the future, ISD materials would be able to be delivered through th e City Hall north loading area and into room 105. The ISD division would be accessed from within City Hall , which would be a more secure condition. The courtyard circulation and design has shown that the ISD door should be restored to a window per the hist oric façade. The cost for this design work is $18,041 (i ncluding a 10% contingency.) CEQA Historic Resources Technical Report: As part of the regulatory process, the design -build team’s historic preservation consultant was asked to prepare a formal analys is of the proposed project to identify potential impacts according to CEQA requirements. The cost of this report is $17,545 (i ncluding a 10% contingency.) City Hall Improvements 6 of 9 As a general rule, competitive bidding for public entities is a mandatory req uirement as provided by statute, charter or ordinance. However, there are certain well recognized exceptions to said rule. One exception is where the nature of the subject of the contract is such that competitive proposals would be unavailing or would not produce an advantage, and the advertisement for competitive bid would thus be undesirable, impractical, or impossible. The City Services Building design contract was let after a competitive RFP process. The construction of the City Services Building nece ssitates work in the existing City Hall building to which it adjoins. Exiting requirements, fire and life safety requirements and staff relocation requirements result in work that also must be perfectly coordinated with the City Services building. This w ork in City Hall is so intertwined with the City Services Building, for instance the exiting requirements that involve both buildings as one entity and fire protection requirements that involve the interface construction between the old and the new, that b ringing in another design - build team to handle the work in City Hall would add time and cost to the project. A separate team would have a steep learning curve, and the coordination of the two scopes of work would be difficult, creating significant cost, t ime delay, and potential design liability issues to the extent that professional accountability may be difficult to allocate with two designers involved instead of one. The time required for competitive bidding would also likely jeopardize the financing schedule to issue bonds for this project. It was therefore determined that the City Hall scope should be added to the City Services Building scope, modifying the contract of the existing design -build team. It is anticipated that this added scope is less t han ten percent of the overall cost of the project and will ultimately produce the best advantage for the City. City Hall South Wing Tenant I mprovements: City staff recommends parity of the d esign and construction details for the City Services Building fo r the design for the tenant i mprovements for the south wing of City Hall. The impetus for this request is because both the design concept and the s cope of construction services for this multi -faceted project is highly integrated with the construction of th e City Services Building. The timing of this work is critical to make way for the construction of the City Services Building and to ensure that staff relocation s are coordinated . Note that the first phase of the City Services Building construction project includes the design and construction of a new 7 of 9 main fire sprinkler water service to provide water for sprinkler systems for the entire City Hall. This sprinkler system will be continued in the design and construction of new sprinklers located throughout th is south wing tenant improvement s projec t resulting in the need for the two projects to be well integrated. Hathaway Dinwiddie Construction Company estimates $951,273 (i ncluding a 10% contingency) to provide design services for the approximately 14,200 SF project as detailed in Exhibit 2. Fire and life safety City Hall adjustments : The Fire Chief and the Building Officer for the City of Santa Monica have reviewed the project and have determined that a new fire sprinkler connection must be installed in orde r to begin the long term process of installing sprinklers in City Hall. As a part of this project , fire hose connections will be installed in the City Hall lobby on each floor to assist fire fighters in the event of fire. Sprinklers will be installed in f uture tenant improvements as they become funded. The exiting study for the City Hall complex (consisting of the City Services Building and The City Hall combined) indicate that an added exit from the courtyard will be required . The City Hall’s first floor north exit corridor will require modifications to create a fire passageway . The cost is $57,756 (i ncluding a 10% contingency) to provide design services for these City Hall adjustments . Facilities Funded Added Maintenance Scope: Because of the City Servic es Building’s pursuit of Net Zero Energy, there is an enormous requirement of photovoltaic panels. In order to prepare for this, City Hall’s existing antiquated HVAC units need to be removed and replaced by more efficient units. The roofing material need s to be replaced with material appropriate for water re -use. The HVAC systems on the south wing had been previously identified for replacement and include systems for the City Hall Chambers and room 214 Planning Administration. The design for this work is intertwined with the design and construction of the south wing tenant improvements. These w ould be funded through the Facilities Maintenance budget. The cost is $359,477 (i ncluding a 10% contingency) to provide design services. Financial Impacts and Bud get Actions 8 of 9 The agreement modification to be awarded to Hathaway Dinwiddie Construction Company for additional professional and design services is for an amount not to exceed $1,692,480 (including a 10% contingency), for an amended agreement total not to e xceed $8,756,981. Funds in the amount of $359,477 are available in the FY 2016 -17 Capital Improvement Program budget . Award of the agreement modification requires the following budget actions: 1) A ppropriat e $1,333,003 to account C014083.589000 (City Service s Building); and 2) Release of fund balance from reserve account 1.380246 (Capital Improvement Program savings) of $1,333,003 . The agreement modification will be charged to the following accounts: M010085.589000 $359,477 C014083.589000 $1,333,003 Total $1,692,480 Construction of the City Services Building and associated tenant improvements to the existing City Hall building are proposed to be financed with a lease revenue bond for approximately $7 5 million. The debt service payments would be partially covered from what the City would have otherwise paid in rent at other facilities, and the difference would be diverted from the General Fund CIP allocation annually (currently estimated to reduce a vailable CIP funding by approximately $3.4 million initially and decreasing thereafter). The CIP budget allocation will impact future biennial CIP budget cycles. Over time, the building would generate lease savings that, along with utility savings, would e ventually exceed the cost of annual debt service and provide long -term savings to the City. The building debt would be retired in 30 years while the building is designed with a useful life of 150 years. Staff will return to Council to seek approval of bon d 9 of 9 issuance and authorization for a guaranteed maximum price for construction. Prepared By: Brooke Sween -McGloin, CIP Project Manager Approved Forwarded to Council Attachments: A. March 27, 2012 Staff Report B. April 8, 2014 Staff Report C. January 27, 2015 Staff Report D. May 24, 2016 Staff Report E. Exhibit 1 F. Exhibit 2 Exhibit  1  ‐ Program  Change  Background   On  June  16, 2016, a  change  was  made  to  the  City  Services  Building  program  by  senior  city   management  which  occurred  after  the  completion  and  project  submission  of  the  50% Design   Development  Phase. The  completed  drawings  at  that  time  conformed  to  the  original  Owners   Project  Requirements  (OPR), the  building  program  in  the  contract  executed  with  the  design ‐  build  team  (Hathaway  Dinwiddie  Construction  Company).  The  original  OPR  required  that  the   design ‐build  team  create  a  design  that  included  29  individual  private  offices  for  City  Directors   and  Managers  located  on  all  floors  of  the  building.      In  lieu  of  private  offices  senior  city  management  requested  that  a  new  building  program  be   utilized  and  that  the  building  design  be  modified  to  provide  all  staff  with  an  equal  amount  of   space  allocated  for  individual  staff  workstations  (36  SF  each). The  total  building  square  footage   of  50,200  SF  remains  the  same.     The  program  change  to  remove  private  offices  and  replace  them  with  workstations  produced  a   shift  in  the  use  of  the  square  footage. This  area  was  used  to  increase  the  number  of   collaborative  spaces  and  meeting  rooms, from  15  to  a  new  total  of  27  meeting  rooms. This   program  change  results  in  a  more  efficient, democratic  and  collaborative  work  environment,  and  it  aligns  with  21 st  century  office  planning  best  practices.     At  50% Design  Development, the  projects  floor  plans, reflected  ceiling  plans, mechanical  and   electrical  plans  were  in  advanced  stages  of  completion. Approximately  120  of  the  204  sheets  of   drawings  (58%) were  affected. The  engineering  for  air  conditioning  and  electrical  systems  had   to  be  redesigned  as  well  as  the  locations  of  the  ventilation  panels  in  the  building  skin  to   coordinate  with  adjustments  to  the  interior  spaces. Therefore, the  need  to  modify  the   agreement  is  necessary  to  make  these  program  adjustments.      Exhibit  2: Additional  Scope  of  Work:  City  Hall  South  Wing  Tenant  Improvements   The  long ‐range  plan  to  centralize  staff  in  a  City  Hall  complex  is  multi  phased  process  that  includes   adjustments  to  the  interiors  of  the  existing  building  and  systematically  rehabilitating  the  historic  City   Hall  to  provide  for  a  safer, more  efficient  and  code  compliant  building.     These  changes  in  City  Hall  are  a  result  of  staff  redistribution  created  by  the  construction  of  the  City   Services  Building  and  in  order  to  satisfy  multiple  code  requirements. This  project  focuses  on  the  two   floors  of  the  south  wing. Total  area  is  approximately  14,200  SF  and  91  staff  located  in  these  areas. The   design  fees  associated  with  this  work  are  $951,273. (Including  a  10% contingency).     The  design  and  construction  work  in  these  tenant  improvement  projects  will  consist  of  the  demolition   and  replacement  of  outdated  and  substandard  information  technology  and  electrical  systems  and   adding  fire  sprinklers  to  increase  safety  as  well  as  construction  of  new  staff  areas  with  new  finishes   and  furnishings  in  order  to  bring  the  south  wing  of  the  historic  1939  building  into  the  twenty  first   century. This  project  will  also  include  the  last  remaining  seismic  work  for  the  City  Hall  structure. Air ‐ Conditioning  systems  and  south  wing  roofing  systems  will  be  replaced  simultaneously  through  a   facilities  renewal  project.      This  project  is  considered  as  a  long  term  preservation  of  the  beloved  historic  City  Hall  in  order  to   rehabilitate  and  preserve  the  building  for  continued  use  into  the  future. The  two  phases  of  south  wing   tenant  improvement  work, each  with  multiple  parts, are  bundled  according  to  the  timing  of  their   construction  and  their  relationship  to  the  construction  of  the  City  Services  Building.  Each  phase  will   include  a  historic  preservation  assessment  of  the  Primary  Areas  of  Significance  to  identify  important   historic  areas  that  will  be  retained. It  is  envisioned  that  the  design  standards  for  all  office  areas  in  the   City  Hall  tenant  improvements  projects  will  seek  to  achieve  parity  with  the  City  Services  Building’s   design  standards. In  lieu  of  endeavoring  to  be  a  Living  Building  Challenge  certified  project, this   interiors  project  will  endeavor  to  be  a  WELL  certified  project  which  is  more  applicable  to  a  tenant   improvement  in  a  historic  building. Open  workstations  and  collaborative  spaces  to  work  will  be   created, no  private  staff  offices  will  be  provided. The  exception  will  be  where  historic  spaces, as   identified  by  the  project  team’s  historic  consultant, should  be  retained  and  used  for  an  adaptive  reuse.   For  example  an  important  historic  paneled  office  would  be  retained  and  may  be  used  as  a  conference   room.     Phase  I  work  must  be  done  to  clear  the  way  for  construction  of  the  City  Services  Building. This  phase   includes  the  relocation  of  CCTV  from  an  area  of  City  Hall  that  is  slated  for  demolition  (both  Master   Control  and  Production  Control), and  for  the  creation  of  staff  offices  for  the  City  Manager’s  Office  ‐  Communications  Division. This  phase  of  work  would  be  designed  and  constructed  in  FY16/17  and  it   impacts  approximately  2,200  SF  of  City  Hall  and  11  staff  locations.    Phase  II  will  be  designed  in  FY  16/17  and  will  be  constructed  in  the  first  quarter  of  2020  after  the  City   Services  Building  is  constructed  and  occupied. It  is  only  then  that  these  areas  of  City  Hall  will  be   available  for  refurbishment  when  vacated  by  staff  moving  into  the  City  Services  Building. This  includes   work  on  both  the  first  and  second  floors  of  the  south  wing  of  City  Hall. The  first  floor  will  include  staff   offices  for  Finance  & Risk  Management  (where  the  Permit  Center, Public  Works  Administration  and   Planners  currently  are  located) and  a  conference  facility  to  be  shared  by  Human  Services, Housing  and   Rent  Control  (in  the  area  currently  used  as  swing  space). The  second  floor  will  include  offices  for   Human  Services  staff  who  will  be  co ‐located  for  the  first  time. This  phase  is  anticipated  to  include  new   information  technology  installation  and  the  design  and  construction  for  a  new  code  compliant   elevator  in  the  lobby  that  would  serve  all  three  floors  of  City  Hall. The  total  square  footage  of  this   phase  is  approximately  12,000  SF  and  there  will  be  approximately  80  staff  located  in  these  areas.   Reference:    Modified  Agreement  No. 10051   (CCS)