Loading...
HomeMy WebLinkAbout03/04/2008, C5 - DESIGN SERVICES FOR ADA IMPROVEMENTS PROJECT i council March 4.2008 j agenda RepoRt CITY OF SAN LUIS O B I S P O FROM: Jay Walter, Public Works Dire Prepared By: Bridget Fraser, Engineer III SUBJECT: DESIGN SERVICES FOR ADA IMPROVEMENTS PROJECT CAO RECOMMENDATION 1. Award a Purchase Order to BFGC Architecture in the amount of$48,375 for restroom design services associated with the ADA Improvements Project. 2. Authorize the Finance Manager to execute the Purchase Order. DISCUSSION Staff recommends awarding a purchase order to BFGC Architects to provide design services and construction documents for seven restrooms to bring them into compliance with federal Americans with Disabilities Act (ADA) regulations as identified by 'a 2004 Department of Justice audit. The seven restrooms require varying degrees of improvements from fairly minor door swing, handrail and signage issues at Throop, French, Damon-Garcia, and Santa Rosa Ball field restrooms to fairly extensive remodels at the Jack House service building, Mitchell and Meadow Park restrooms. In December 2004, the City entered into an agreement with the Department of Justice (DOJ) to bring various city facilities into compliance with federal ADA regulations. This agreement was based on an audit performed by the DOJ earlier that year. The majority of the physical improvements identified in the agreement have to do with providing proper signage, accessible parking stalls,accessible bathrooms and accessible paths of travel from parking lots into the various facilities. The City has been actively working on remedying many of these deficiencies through work performed in-house and providing design and construction funds through the Capital Improvement Program. To date many of the minor corrections have been taken care of by building, parking and park maintenance staff. A recent contract was awarded to a contractor to perform parking lot striping and concrete work. In addition, three restrooms replacements (Santa Rosa near the playground and two at Laguna Lake) were budgeted for and approved as part of the 2007/09 Financial Plan for which design has recently started. And finally, in December 2007, BFGC Architects, the City's on-call architect, reviewed and evaluated eight restrooms (Throop, French, Damon-Garcia, Santa Rosa ball field, Mitchell, Meadow, Jack House, and Laguna Lake Golf Course)and provided preliminary scope of work and cost estimates to bring them into compliance. Through this evaluation, the architect recommends that the Laguna Lake Golf Course restroom, given the condition of the building and the extensive list of corrections needed, be demolished and completely rebuilt. it will be necessary to provide accessible portable toilets on site until a new Design.Services for ADA Improvements Page 2 restroom facility is built. Funds for design and construction will need to be allocated in a future budget. BFGC Architects is currently under a two-year on-call contract with the City to provide architectural design services associated with the City's Capital Improvement Program. Staff directed the architect to prepare a proposal and fee to provide final design and construction documents for the remaining restrooms. (See attached purchase order and proposal.) Staff recommends approving the purchase order and moving forward with final design and construction documents to correct the deficiencies for the remaining seven restrooms. FISCAL IMPACT The ADA Improvement project is identified on pages 289-291 of Appendix B of the 2005-07 Financial Plan. Funds will come from Community Development Block Grant (CDBG) allocations. There is currently a total of$152,655 remaining in the project design and construction accounts. Of this amount $73,500 is slated for a recently awarded construction contract(90569A) leaving a balance of $79,155 that can be used to fund the design of the seven restrooms. The estimated project accounting is shown below: Current Budget Design Account 1,794 Construction Account 150,861 $1529655 Reserved for recently awarded project Construction Contract(90569A) 66,362 Contingencies 7,138 $ 73,500 Current Available Funds $79,155 Restroom Design Services PO to BFGC Architects 48,375 Design Contingencies 2,125 $50,500 Balance Remaining $28,655 Staff recommends transferring $48,706 (=$50,500—$1,794) from the construction account to the design account to cover the $48,375 purchase order plus allow for contingences. The remaining $28,655 will be used to cover the costs of any remaining corrections and go towards the eventual construction costs relating to the seven restrooms. Additional construction money is needed to complete the seven,restroom corrections. Preliminary estimates indicate the cost to correct the deficiencies at the seven restrooms will be approximately $280,000. Once detailed cost estimates are generated during final design, staff Will return to Council with a strategy to procure additional construction funds. �s-z Design Services for ADA improvements Page 3 ALTERNATIVES Defer the projects. The projects could be deferred; however, unless the restrooms were closed or accessible portable restrooms provided, the City would continue to have non-compliant restrooms. This would expose the City to possible litigation and the City would also be in breach of its contract with the DOJ. Staff does not recommend this alternative. ATTACHMENT 1. Vicinity Map 2. Purchase Order/Work Scope G:\Staff-Reports-Agendas-Minutes\_CAR\2008\CIP\90569 ADA Design Services\90569 ADA Restroom Design Services.Doc Ems',.., I • o. � � . LOCATION MAP 1��a iirril .: _ • •' IMPROVEMENTS PROJECT DESIGN SERVICES RESTROOM LOCATIONS 02108 City of San Luis Obispo �l �) ATTACHMENT 2 PURCHASE ORDER PURCHASE ORDER NO. 12ooaa X Send copy to vendor with any attachments OEM Do not send to vendor 0260/08 VENDOR BFGC ARCHITECTS SHIP TO CITY OF SAN LUIS OBISPO ADDRESS 4115 BROAD ST, STE B6 ADDRESS 919 PALM STREET SAN LUIS OBISPO CA 93401-7992 SAN LUIS OBISPO, CA 93401 WILLIAM TUCULET,AIA BRIDGET FRASER Bus: (805) 546-0433 Bus: 805-781-7192 Fax: (805) 546-0504 Fax: 805-781-7537 Quote - - Number Date Account# Description Amount ATTACHED 02/12/07 24050230.90569952.90569240.90569952 Design services for ADA Imp.Proj:#90569 as $48,375.00 shown in attached workscope&fee(in accordance w/existing contract agreement for design services (#90703)dated 10/17/2007 $0.00 TOTAL $48;375.00 Reauestina Department Pre aged By Dept Approval Finance/Administration_ Approval Public Works PKING Instructions: - Department Complete form and obtain departmental approval. Attach quotes,bid summaries, ACCOUNTING USE ONLY or CAO report as required by purchasing guidelines). Route to Finance or Admin for approval. lVerified B Finance:Atter final approval,assign PO number and return copy to department Process encumbrance. ATTACHMENT 2 CITY OF SAN LUIS OBISPO February 12,2008 PROPOSAL ADA RESTROOM RENOVATIONS -PROJECT NO.90569A BFGC Project No. 07223.002 •,,e Project Understanding: Continue with Design Development and Construction Document Phases for Jack House, Mitchell Park, Damon Garcia Park, French Park,Throop Park, Santa Rosa Park and Meadow Park. As directed by City Staff, design will not include the Laguna Lake Goff Course Restroom (to be funded and designed at a later date) or Broad Street Restroom (no longer used). A. DESIGN DEVELOPMENT PHASE I. Identify building code issues and site issues for ADA compliance. 2. Prepare Drawings to include structural, mechanical and electrical design information. 3. Update cost.estimate based on identified work scope. 4. Submit Jack House Design Development Drawings to the Jack House Committee and the Community Development Department for Staff Level Architectural Review. CITY RESPONSIBLITIES: 1.. Provide input, comments, direction, etc. as appropriate for this phase of work. DELIVERABLES: 1. Provide autocad drawings to City showing scheme(s) of the restroom buildings and associated site improvements. 2. Provide cost estimates. B. CONSTRUCTION DOCUMENT PHASE- 1. Prepare final construction documents to include complete Architectural, Mechanical and Electrical information. 2. Prepare final technical specifications which shall incorporate city standards and utilize City format, if required. 3. Meet with City staff to review documents. Revise documents based on City comments at the 50%complete and 90% complete levels. 4. Submit finalized documents to the City Building Department for building permit plan check. Modify documents as necessary based on Building Department plan check comments. 5. Update cost estimate as necessary to reflect final scope of work. P.\PRQJECTS\SL\07423\002\Proposo)ADA doc ATTACHMENT2 CITY RESPONSIBUTIES: 1. Provide CAD drawing file using City's standard title block and cover sheets. Provide electronic file of city's standard boiler plate specifications. DELIVERABLES: 1. Provide one(1)reproducible copy and electronic file of the drawings, specifications and cost estimates to the City. C. BIDDING/NEGOTIATIONS: •, • (Not a Part of this P-hese.See Note on Paae 3) 1. Assist City in obtaining bids from contractors for construction. 2. Conduct pre-bid job walk, issue minutes of pre-bid meetings, respond to bidder inquiries, assist the City in issuing bid addenda. 3. Provide recommendations for developing alternate bid items. 4. Review of bid proposals and make recommendations for award of construction contract. CITY RESPONSIBILITIES:. 1. Advertise the Notice Calling for Bids. 2. Utilize City standard construction contract forms and documents. 3. Distribute contract documents to potential bidders. DELIVERABLES: 1 Prepare and provide addenda for distribution to bidders. D. CONSTRUCTION ADMINISTRATION: (Not a Part of this Phase.See Note on Pane 3) 1. Visit the site at intervals appropriate to the stage of construction or as requested by the City. 2, Determine, in general, If the work when completed will be in accordance with the construction contract documents. 3. Keep the City informed of the progress and quality of the work. 4. Endeavor to guard the City against defects and deficiencies in the work and the failure or refusal of the contractor to perform the work in accordance with the terms and intent of the contract documents. 5. Review and respond to submittals and/or coordination questions in a timely manner. 6. Limitations on Responsibilities: The Architect shall not have controI over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, since these are solely the Contractor's responsibility under the Construction Contract The Architect shall not be responsible for the Contractor's schedules or known failure to carry out the Work in accordance with the Contract Documents; provided, however, that the Architect shall keep the City informed of any known failure of the Contractor's Progress Schedule to comply with PIPROJECTS\SLW7-22310021Propow".dW el-51 , I ATTACHMENT applicable requirements of the Construction Contract Documents or failure of the Contractor to construct the Project in accordance with the Construction Contract Documents. The Architect shall not have control over or charge of acts or omissions of the contractor, Subcontractors, or their agents or employees, or of any other persons performing portions of the Work. F. FEE: 1. Architectural Design Fee Breakdown (includes reimbursable expense lump sum of$2,000.00) Design Development =$19,350.00 Construction Documents =$29,025.00 Total Fee This Phase =$48,375.00 Bidding and Construction Administration =$16,125.00 Note: The scope and fee for Bidding and Construction Administration are not a part of this Phase and may be added to the Scope of Services at a later date. IIIIiam R.Tuculet,7IA Bridget O. Fraser, Engineer III Pring City of San Luis Obispo Public Works P.\PROJECTS\SL\07-2MO02\PMPOSWADA.dx Page 1 of 1 r-ED FILE MEETING AGENDA RECEIVED Hampian, Ken PATI I&O ITEM # /'-5 From: Hampian, Ken SLO CITY CLERK Sent: Monday, March 03, 2008 5:24 PM To: Mulholland, Christine Cc: Romero, Dave; Brown, Paul; Carter, Andrew; Settle, Allen; Lowell,Jonathan P; Stanwyck, Shelly; Walter, Jay; Lynch, Barbara; Bochum, Tim; Fraser, Bridget; Irons, Monica Subject: Question Regarding'ltem C-3 Christine, regarding your question asking why Damon Garcia is among the improvements recommended in Agenda Item C-3 (given how new they are), outlined below is the explanation. The short story is that it is among the Department of Justice audit findings of 2004. You might recall that we were judged quite well in the audit — but did have some "deficiencies" that resulted in follow-up findings, with the different view of compliance on Damon-G among them. Here's the slightly longer story from Bridget Fraser, which I am passing on to the rest of-Council, too. COUNCIL QoCDD DIR -9GAG C9-_2V-riN DIR A6AG FtRE'CFl1E From: Fraser, Bridget ATTORNEYPCLERK/ORIG �'POL CE CHF Sent: Monday, March 03, 2008 5:08 PM DEPT HEADS RE C DIR To: Walter, Jay. Cc: Lynch, Barbara; Kiser, BetsyHR DIR UTIL DIR Subject: RE: Council Question y-eo&c U dr c. As with all building codes, the federal and state ADA laws are subject to interpretation (in different 4 (! q-U x CCE ways) by the designers and the building officials.......and the Dept of Justice auditor. The design for the newer restrooms used multiple single-user rooms (AKA unisex rooms). This design included a group of single user rooms with one being accessible—much like a toilet room where there are multiple stalls, only one of which needs to be oversized to accommodate wheelchairs, etc.This same rational was applied to the multiple single user rooms. This.rational was acceptable by all involved in the design and permitting of the restrooms_architect, plan checkers, building official, inspectors, etc. This design was first used at French and Santa Rosa Park and then used again a few years later for the Downtown restroom on Broad St, Throop park restroom and most recently Damon-Garcia Restroom. During the 2004 audit, the DOJ auditor interpreted the code differently and would not recognized the "multiple stall rational"that was used. He interpreted the code to say that all'single users toilet rooms must be accessible —not just one and is requiring that we bring the all the single user rooms up to a minimum level of compliance —adjust door swings, add grab rails and signs. Bridget 3/4/2008