Loading...
HomeMy WebLinkAbout07/21/2009, B 6 - SANTA ROSA PARK RESTROOM DESIGN AND CONSTRUCTION APPROACH council Judy 21, 2009 agcnaa REpont �N CITY O F SAN LUIS O B 1 5 P 0 FROM: Jay D. Walter, Director of Public WorksgI3 Prepared By: Bridget Fraser, Engineer III SUBJECT: SANTA ROSA PARK RESTROOM DESIGN AND CONSTRUCTION APPROACH RECOMMENDATION 1. Review and consider staff's analysis of the advantages and disadvantages of a traditional design/site-built process for Santa Rosa Park Restroom replacement versus a process utilizing a prefabricated restroom building. 2. Based on the results of this analysis, authorize staff to proceed with design of Santa Rosa Park Restroom using the traditional "site-built" approach. 3. Direct staff to investigate options for reducing overall project costs and incorporate options into the bid documents as bid alternates. REPORT-IN-BRIEF This report focuses on determining the most cost effective means for design and construction of the Santa Rosa Park Restrooms as well as determining an appropriate level of quality and aesthetic design. Based on concerns with the current Laguna Lake restroom project, Council directed staff to stop design work on Santa.Rosa Park restroom until these concerns could be further evaluated and addressed. Options for design and construction include using a traditional design/site-built approach versus an approach that involves the procurement of a prefabricated restroom through a government purchasing program. The "site built" approach involves hiring an architect to provide construction documents for construction of a new restroom to be built on site together with all other site improvements required for the project.. The project would then be competitively bid and constructed using a single contractor. The "prefab" approach is different from the "site- built" approach in that the restroom building is excluded from both the design and the construction contracts and handled under a separate procurement/contract with a restroom manufacturer. The two options were analyzed by comparing design/construction costs derived from the Laguna Lake Restroom bids and by comparing the step-by-step processes for each approach. Staff found the Site Built approach to be less expensive in the current competitive bidding climate, provided a more streamlined approach and had the added benefit of keeping the design and construction dollars closer to home rather than to out-of-state restroom manufacturers. Staff recommends moving forward with the traditional site built approach for the Santa Rosa Park restrooms. I CAR Santa Rosa Park Restroom Design Page 2 A preliminary conceptual design was completed last fall for the Santa Rosa Park restrooms by one of the City's on-call design consultants. Costs for this initial phase of work was approximately $8,000. The conceptual design is based on keeping the restroom in the same general location, keeping the same number of fixtures currently provided and keeping the exterior design compatible with the existing two toned concrete block buildings in the park. This design incorporates low maintenance/vandal resistant fixtures and. finishes similar to the new Laguna Lake restrooms. Staff has identified various options for reducing costs with a trade off of reduced aesthetic design to increased maintenance costs. DISCUSSION Background Public Works has been actively working on Capital Improvement Program (CIP) projects for the replacement of the two Laguna Lake restrooms and the older restroom near the playground at Santa Rosa Park over the last year. These restroom projects originated from a 2004 agreement entered into with the Department of Justice to bring various City facilities into compliance with federal ADA regulations. Given the poor condition and age of these three restrooms and the extent of the remodeling required to bring them into compliance, it was determined that these structures were not suitable for remodeling and should be replaced. A CIP for replacement of the restrooms was approved as part of the 2007-09 Financial Plan. Staff initially began work on the Laguna Lake restrooms. A replacement project was brought forward to Council in January 2009 for approval to advertise for bids. Public testimony was received at this meeting regarding the perceived high costs of the project and the possible use of prefabricated structures (prefabs) as a method to reduce costs. These same concerns were echoed by some of the Council members. As a result, Council directed staff to bid the project and provide cost comparisons between a project using traditional site-built restrooms versus the use of prefab restrooms. Staff returned to Council on April 21, 2009 to award a contract for construction after obtaining bids for both the site-built option and the prefabricated option. The lowest bids were received for the site-built option which was $74,000, or 18% lower than the prefab option. Council awarded the project based on the site-built bid option; however; they were still not convinced that the traditional approach was most cost effective. Council requested that the prefabricated design process be further evaluated and presented to Council before moving forward with the design for the Santa Rosa Park restrooms. Attachment 1 gives a more detailed recap of the Laguna Lake Restroom process. Prefabricated Restrooms. Prefabricated restrooms are public restroom buildings that are completely fabricated off-site in a manufacturing plant and transported to the project by truck in one or more sections. The sections are connected, hooked up to utilities, and placed in service. They arrive complete with everything installed - plumbing, toilets, sinks, partitions, tile, etc. The City under separate contract would be required to prepare the building pad and underground utilities prior to installation of the building and do any other work associated with the project, such as demolition, site work,building pad, landscaping and ensuring accessibility to the restroom. Ub—oZ CAR Santa Rosa Park Restroom Design Page 3 Some prefabricated restrooms can be purchased through a government piggyback program such as the State of California Multiple Award Schedule (CMAS) procurement program. Through CMAS, cities can purchase a prefab restroom directly from one of the suppliers using a state negotiated contract and eliminate the need for a formal purchasing process. Prices are generally discounted from standard retail prices. Prefab manufacturers offer many standard models and floor plans. Because of this they can save design costs by not having to "start from scratch" each time. Design and permitting is included in their costs. Theoretically, since we do not need to have an architect to provide the design services for the restroom, we should be able to save on these design costs. Since the restrooms are transported on public highways they fall into state regulations for "Commercial Modular" buildings. Other examples of structures regulated through the state are manufactured homes, RV's and modular office buildings. These Commercial Modular buildings are permitted through the Department of Housing and Community Development(HCD). Designs are reviewed by state-approved plan checkers and the manufacturing is reviewed by state- approved inspectors. There is no local building department review or inspection. According to HCD personnel, "commercial modular" structures are required to only meet the 1991 building codes and the state-approved plan checkers are only obligated to plan check them to this older code. These buildings are exempt from review by our local building department and are exempt from meeting the current 2007 California Buildings Codes (CBC) and any local ordinances or regulations. The restroom manufacturers have indicated that their buildings will meet the current CBC; however, if the City wishes to ensure compliance we would need to hire a plan checker outside of our local building department to perform a review for conformance to the current codes. Once the restroom is approved it is issued a sticker by the state. Any future modifications to the building require state inspection. A building permit, however, is still required for all the work done out side of the restroom structure itself, such as, demolition, site work, underground utilities, irrigation, landscaping, etc. Currently there are two prefabricated restroom suppliers listed in the CMAS program — CXT, Inc. from Washington, and Restroom Facilities, LTD from Nevada. CXT provides all-concrete structures. Walls and roof are formed to simulate common materials like barn wood, split-faced block, wood-siding, wood shakes or metal-ribbed roofing and then painted. Restroom Facilities, LTD, offers restrooms constructed with typical building materials and most resembles a site-built restroom. They offer a wide range of standard products and finishes with options for upgrades and customized designs. Both manufactures are in the business of providing public restrooms and appear to have very vandal-resistant, easily maintained structures. Brochures and product information from both manufacturers is available for review in the Council Reading File. At the time of writing this report, staff was in the process of identifying any prefabricated restrooms in our locale. Once locations can be determined, staff will visit the restrooms and contact the owners for information about maintenance issues and the procurement process used. This information will be presented to Council via a Red File memo. Santa Rosa Park Restroom-Design Considerations/Work Accomplished To Date One of the City's on-call Architects was hired last summer to provide the first phase of the design process. This first phase of design included meeting with staff(Recreation, Maintenance, and Engineering) to review uses, past issues of the park, determine programming needs of the 136 -3 CAR Santa Rosa Park Restroom Design Page 4 building, and design considerations to be used to develop a conceptual building and site plan. Considerations used for developing the design for restroom structures include the following items: 1) Building Size/Number of Stalls—based on park activities. The main area of the park serves a large play ground, two group picnic/BBQ areas, many individual picnic tables, skate park, hockey/basket ball court, and large open turf areas. Park use is increasing not diminishing with potential for more frequent uses once the hockey rink and skate park are completed. Staff felt reducing the number of stalls from the current eight was not appropriate for this park. (This is the same size as the larger restroom currently being built at Laguna Lake.) 2) MaintenanceNandalism/Durability—Maintenance, durability and vandalism go hand in hand and are issues for all City parks and facilities. Santa Rosa Park has had its share of issues — graffiti, damaged lighting controls, bashed in doors to name a few. Providing a vandal resistant, durable structure will cost more upfront but will reduce maintenance costs over time. Santa Rosa Park design should include anti-graffiti coatings, heavy duty doors and frames, stainless steel fixtures and partitions (rather than vitreous china which can shatter and plastic partitions which can be gouged'or burned), sealed or urine-resistant concrete floors, painted concrete or tiled walls, durable roofing systems. These same design considerations were used at the Laguna Lake restrooms. 3) Standardized Equipment — locks, hardware, flush valves, dispensers, etc. Standardizing features commonly used in other park restrooms helps to reduce replacement time and allow Maintenance staff to maintain a smaller inventory of replacement parts. 4) Building Materials/Aesthetics/Compatibility — Design and materials should be compatible with existing structures or with any established master plan or theme within the park. Unlike Laguna Lake Park, there is no master plan for Santa Rosa Park. Staff is recommending the restroom be compatible with the architecture of the three existing structures in the park. These structures are constructed using two colors of split-faced and smooth concrete block with blue colored metal doors and trims. The existing structures have asphalt composition shingles. Maintenance staff has requested the use of a more durable roofing system to reduce future maintenance costs. 5) Functions of the Building Beyond being a Restroom.The Santa Rosa Park Restroom building does not need extra room for storing equipment or for a concession stand as is needed at some other parks; however, it is home to the "nerve center" for the park, housing the electrical meters, panels and lighting controls for the group BBQ areas, playground and horseshoe areas as well as the irrigation controls for the entire park. This extra feature of the building is more easily accommodated by the site built design approach. The architect completed a concept plan and site plan (Attachment 3) last fall based on the design considerations above. This concept plan is ready to submit to Community Development Department (CDD) for design approval and staff is recommending moving forward with a restroom design based on the architect's concept plan, pending CDD approval. Staff, however, has delayed moving forward with the formal submission to CDD in the event Council would like to make any changes based on the outcome of this agenda item. As part of this preliminary process the architect contacted a prefab manufacturer to provide a preliminary layout and estimate based on many of the design considerations above. They provided a preliminary cost estimate of$200,000 using all of their standard features. This cost does not include upgrades such as anti-graffiti coatings, stainless steel partitions and fixtures or �6 -y CAR Santa Rosa Park Restroom Design Page 5 City standard flush valves and lock systems or any other site specific requirements. Refer to the Attachment 3 for the preliminary concept. (As a matter of comparison, the same size Laguna Lake Playground restroom bid at $172,000 for site-built and includes all of the upgrades listed above as well as the added rolling security gate.) A pre-review with CDD based on the preliminary concept suggested that this structure would be considered minor and incidental and would not require formal ARC review. This determination was based on the fact that the concept plan as presented (two toned block structure with blue trims) is compatible with the other structures in the park. Costs to date for this preliminary design phase are approximately $8,000. It should be noted that this preliminary phase would be required regardless of whether the final design was based on a site-built structure or a prefab structure. The next step would be to move forward with finalizing the building and site design then move forward with developing bid documents. Comparison—Site-built versus prefabricated restrooms What is the complete process? There are several steps to take a project from concept to construction which can help in understanding the benefits or drawbacks of the construction options. A detailed step-by step process is presented in Attachment 2 for a traditional "site-built' structure which is designed by an architect, competitively bid and constructed by a contractor versus a "prefab" process that incorporates a prefabricated structure purchased through a government piggy back program and coordinated with a separate competitively bid contact for the site work. What is common to both methods? What is different? As one can see from Attachment 2, there are many steps that are common to both processes. Specifically, both processes require hiring an architect or engineer to coordinate several sub- consultants work and provide plans and specifications for all the work required beyond the design of the restroom. Subsequently, both processes require a competitive bid for this work and installation by a licensed contractor. The difference between the processes is the design and procurement of the restroom building. With the traditional approach, the architect would also provide the design of the restroom building in the bid documents, which in turn, would be competitively bid and installed by the general contractor and his subcontractors. In the prefab approach, procurement and installation of the restroom is handled under a separate additional contract if the City wishes to take advantage of the cost break associated with large volume purchasing. The City would work directly with several restroom manufacturers to find a suitable design and then contract with one of them directly for the design and construction of just the restroom. The City would then be required to coordinate the restroom contract around the site work contract. The alternative is to require the site contractor to provide the prefab. They would likely pay a higher price for the unit and would also include a markup on the cost to cover the handling and risk associated with furnishing the unit along with profit. This alternative would also require plans and specifications for the restroom to be included in the bid documents as required for competitive bidding. B6 -S 1 / CAR Santa Rosa Park Restroom Design Page 6 Pros and Cons Based on what we learned from the Laguna Lake project, general information on prefabs and the processing of both types of restrooms, staff has,developed the following comparison chart. Comparison Chart Traditional Site-built Restroom Process ' Prefab Restroom Process Pro. Overall process is more streamlined Con. Overall process is more involved requiring involving only 2 contracts — all design work a 3rd contract for the procurement and is handled by one architect and all installation of the restroom. This process construction is handled by one contractor. requires the City to coordinate work between the City will administer a total of 2 contracts. prefab manufacturer and the contractor and increases the City's risk for being "caught in the middle" for installation and warranty issues. Con. Architectural fees are higher since Pros. Architectural fees are lower since restroom restroom is designed by Architect. design cost is included in the price of the building. However, design costs are still incurred for the contract documents needed for the site work. Pro. Lower combined design/construction Con. Higher combined design/construction costs based on Laguna Lake restroom based on Laguna Lake restroom. Pro. Local Building Department will review Con. State-approved plan checker will review design for conformance to current 2007 CBC restroom for conformance with 1991 UBC codes. This will ensure that our building is building codes. City will have to pay extra for designed and built to current codes. separate third party plan checker review to 2007 California codes Pro. Construction and inspection is handled Con. Construction and inspection is handled out locally keeping "quality control" at a local of state by third party inspectors. No local level. control. Quality not reviewed locally until restroom is delivered to site. Pro. All warranty issues (building and site) Con. Building is warranted by out of state are the responsibility of the general manufacturer. contractor. All other site work is warranted by general contractor. Pro. Keeps 100% of project funds (and jobs) Con. Restroom is manufactured out of state. directed to our local community since all Using the Laguna Lake restroom bid as and design and construction is by local forces. example, 75% of the project cost will be paid to an out of state company. Staff Recommendation for Design/Construction Process for Santa Rosa Park Restrooms. Based on the comparison of the two processes, Staff recommends the traditional architect designed/site-built approach for Santa Rosa Park restroom. The staff recommendation is also due to the fact that this approach is less costly overall, is a more streamlined approach (two contracts rather than three), and it keeps the work and the dollars closer to home with local.contractors. This is reflected in the extremely competitive bids received for almost all public works projects over the last nine months. Had this analysis been performed several years ago when construction costs were at their highest, it is possible the use of a prefab restroom would be less expensive. As the economy turns around, and construction costs start to climb, the City will consider the use of CAR Santa Rosa Park Restroom Design J Page 7 a prefab for future park restroom replacements such as Laguna Golf Course and Johnson Park, especially as those buildings do not have secondary park functions to serve. FISCAL IMPACT: The Santa Rosa Park Restroom Replacement Project is identified in the 2009-11 Financial Plan on pages 3-316 through 3-318 of Appendix B. Funding comes from a combination of General Funds, Community Development Block Grant allocations for the years 2004, 2006, 2007, 2008 and 2009. Total budget identified for this project is $440,000 ($50,000 design, $330,000 construction and $60,000 construction management). To date approximately $8,000 has been spent on preliminary design work. Based on review of the Laguna Lake project, it appears that the site -built option is less costly as long as the bidding climate remains competitive. Staff recommends expediting the design process in order to bid the project by early winter to take advantage of this favorable bidding climate. ALTERNATIVES Cost Saving Measures for the Santa Rosa Park Restrooms Although there has been much discussion about the use of prefab restrooms versus site-built restrooms, staff is assuming that Council's underlying concern is really about overall project costs and whether the design/construction process to be used is cost effective and whether the quality and design is overly "rich" and needs to be downscaled. Whether the restroom is site- built or prefab, there are opportunities to reduce costs further by eliminating aesthetic features and/or maintenance/vandal-resistant features. Although not recommended, staff has identified some possible ways to reduce overall costs for the Santa Rosa Park Restrooms. With Council direction, staff will investigate the feasibility and actual costs associated with these reductions and incorporate them as deductive alternates in the bid documents. These bid options will be presented to Council as the project comes forward for approval to advertise. After the project is bid the City can decide if the reductions should be incorporated into the project award or not. 1. Use one type of block rather than a combination of smooth/split-faced block. The new building will not match the existing buildings. 2. Use standard CMU colors rather than matching the existing two toned custom colors or use only one color rather than two. The new building will not match the existing buildings. 3. Eliminate front overhang. This will eliminate a place for protection from sun or rain. 4. Eliminate Stainless Steel fixtures and partitions—opt for less costly china fixtures and plastic partitions. Stainless steel is durable and graffiti, scratches and gouges can be easily buffed out. China fixtures are prone to breaking and shattering and plastic partitions are prone to knife gouging and burning. Maintenance costs will increase as vandalism occurs. As an example, the downtown restrooms were closed approximately twice a month to repair either interior damage or damage to the doors and are now closed. Maintainable restrooms keep staff and contract costs down. 5. Use a less costly roofing material such as composition shingles. According to Maintenance staff, composition shingles wear out and need replacement more frequently than metal roofing. They have also been subject to vandalism in areas where the roofs can be accessed. 221 0b — CAR Santa Rosa Park Restroom Design Page 8 Use of composition shingles will likely cause more frequent replacement and higher maintenance costs. 6. Eliminate anti-graffiti coatings. Graffiti is a huge problem in our public parks. Maintenance staff must have ways to address the removal. Not providing anti-graffiti coatings may make it impossible to remove graffiti. Currently graffiti is occurring approximately three times a week per park. ATTACHMENTS 1. Recap of the Laguna Lake Restroom process 2. Comparison of Site-Built process versus Prefab process 3. Santa Rosa Park restroom concept/site plan AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE Prefab brochures, information&photos _ M1 g:\smR-repot agmdu mmutm\cm\2009\rip\90923=a mss mstmom\90923 soots mm restmam dncmion.doc CAR Santa Rosa Park Restroom Design and.Construction Approach Attachment 1 Recap of Laguna Lake Restroom Project Cost Comparison -Prefab versus Site Built Options. The following table represents a breakdown of the project design and construction costs for the two Laguna Lake Restrooms. The fact that there are two restrooms being built has not always been correctly conveyed in media reports of this project that cited higher costs. Design Costs: Prelim Design: Cost Estimating, Prefab Investigation, Project Programing, $221440 Conceptual Design, CDD Approval Site Design (Estimated) $22,000 Building Design (Estimated) $18,000 $62,440 Construction Bid_Results Site Built _:;Prefab Site Costs $90,959 $105,588 Building Costs (2 restroom Bldgs) $307,555 $366,929 $398,514 $472,517 Add Architect Building Design Costs $181000 Remove estimated 10% markup on prefab $0 $37,000 $416,514 $435,517 Construction Cost difference $741003 Cost Difference after adjustments $19,003 As shown above, the prefab option construction cost was around $74,000 higher than the site-built option costs. However, in order to better compare the costs of each option, an adjustment was made for the architect fees associated with design of the site built option (estimated at $18,000) and the contractor's markup for the prefab option (estimated to be approximately 10% or around $37,000.) Taking into account the added design fee for the site built option and removing the contractors markup for the prefab, the prefab option was still around $19,000 higher. According to the bidders, the lower site built costs was largely due to the competitive climate we are currently experiencing. Contractors and subcontractors are simply trying to keep their crews busy with the hope of breaking even on costs. Profit margins, if any, are extremely small. Had we bid this project three years ago at the height of the building CAR Santa Rosa Park Restroom Design and Construction Approach Attachment 1 boom we would most likely have seen higher costs for the site built option, bringing it closer to or more than the prefab option. Contractor Comments during Bidding. Several Contractors voiced their comments and concerns regarding the prefab structure bid option. Staff felt these concerns should be passed on to Council. Some of their concerns were: 1. The contractor and the City have no local control over quality and inspection since the structure is completely built off-site and out of state. 2. The prefab manufacturers are not subject to prevailing wage requirements (during the manufacturing process) as the contractors are. Prevailing wages raise labor costs considerably for contractors doing public works jobs. Contractors felt that was an unfair advantage. 3. Local contractors also expressed their dismay that the City would consider sending over 75% of the project costs to an out of state vendor and not keep the work and the dollars in our own local economy. Council Comments during Award Meeting. At the Council meeting of April 2 V% staff presented the bid results between the site built option and the prefab option which indicated that the site built option was less costly (even when taking into account the design fees) than the prefab option. One Councilmember expressed a concern that the Laguna Lake Restroom bid process did not provide a fair comparison as the prefab manufacturers may have been "forced" into adapting to the site-built plans and specifications and that perhaps their costs were higher because they could not take advantage of their"standard" designs. Staff does not believe this is the case and stands behind the Laguna Lake bid as a very good comparison in today's bidding climate. This is based on the following facts: 1) The overall general design was based on a prefab structure— size, dimensions, number of stalls, CMU walls, tile and painted walls, timber roof truss option, rock veneer option, stainless steel screens, heavy duty doors and frames — with the intent that a prefab manufacturer could easily provide a similar product using their own standard designs, structural details and construction that would essentially comply with the project specifications; 2) The bid documents allowed prefab manufacturers to deviate from the site-built structural details to adapt to their normal standard of the industry design and construction processes; 3) The design contained only a few non-standard items, such as the self-weathering steel roof, City standard flush sensor valves and door locks, that would cause the prefab manufacturer to "go outside" of his standard designs and options. CAR Santa Rosa Park Restroom Design and Construction Approach Attachment 2 Step by Step Process for Site-Built Structure and Prefab Structure The following list provides step by step processes for both a traditional design-bid-build approach that is customarily used for a building project as well as staff s best estimate for a non-traditional approach of using a prefabricated restroom. For the traditional approach, referred to as "Site-Built," all design work including restroom and site work is handled entirely by an architect. The whole project is then competitively bid and all construction is handled entirely by a general contractor. The "prefab" approach is based on information derived form initial contacts with restroom manufactures. Upon further more in-depth investigations, the following step by step approach may be refined. In this option staff has made several assumptions: 1) the City will procure a restroom through a piggy back purchase off of CMAS to eliminate the time and need to develop a formal RFP and take advantage of discounted CMAS rates; 2) City staff will have adequate time to handle the prefab procurement process but will hire an outside architect or engineer to provide design and construction documents for all other work required outside of the restroom building itself. No.. Task Description Site-Built Prefab . 1. Hire Architect to provide bid documents Yes ..... Yes (plans/specifications) for Restroom building & Site improvements site improvements. only a. Obtain site survey and base map and investigate all underground utilities Yes Yes b. Obtain soils report to determine Yes Yes building ad & foundation requirements c. Continue developing restroom design to determine more specific plumbing, Yes electrical and mechanical needs. d. Review park facilities needs of new structure — the restroom building also acts as nerve center for the park, housing Yes Yes park lighting controls, irrigation controls and power meter. e. Architect hires electrical engineer to determine if existing electrical service is Yes adequate. And provides plans and specs Yes (But omit restroom for restroom electrical and relocation of electrical. Provided by park lighting controls, meters and prefab) irrigation controls f Architect hires plumbing/mechanical Yes engineer to determine if current water (But omit restroom and sewer services are adequate and Yes plumbing/mechanical. rovides lans& specs as needed. Provided by prefab) g. Architect hires structural engineer to provide structural design of building and Yes No foundation CAR Santa Rosa Park Restroom Design.and Construction Approach Attachment 2 No. Task Description __. _ , Srte-Bwlt Prefab h. Architect hires Landscape Architect to provide improvements and Yes Yes modifications to irrigation system and landsca ing if required i. Architect provides site plans, demolition plans, specifications and Yes Yes coordinates and packages the work of all site work subconsultants J. Architect also provides architectural/building details, and No Yes coordinates and packages the work of all restroom building subconsultants. k. Architect provides cost estimate Yes Yes (omit restroom structure) 2. Investigate/Select prefab structure. City Staff will: No Yes a. Investigate CMAS procurement procedures and identify available No Yes restroom suppliers b. Investigate each restroom supplier for quality, warranty, standard features, optional designs and upgrades and No Yes general suitability for Santa Rosa Park Restroom c. Determine which have designs that No Yes would meet Staff/CDD expectations. d. Request concepts and quotes from No Yes selected manufactures e. Select best manufacturer based on price, quality, warranty, and negotiate No Yes final details and price. Include options. for up grading or downgrading. 3 Process plans and specifications through Yes Yes _ Local Building Department to obtain (For Site work only: permit. No review of restroom) 4 Council approves and authorizes-: Yes Yes a. The plans and specs, advertise Yes Yes bidding- Site Work only b. The procurement of the prefab No Yes restroom 5 Prefab procurement process: a. City issues PO for prefab. No Yes b. Prefab manufacturer prepares plans & documentation, submits to City for No Yes approval —/cl CAR Santa Rosa Park Restroom Design and Construction Approach Attachment 2 No. Task Descri tion ,Site-Built Prefab c. City hires third party plan checker to review project for compliance with No Yes current 2007 CBC. d. City reviews for compliance with PO. No Yes e. Manufacturer submits documentation for State HCD review for compliance No Yes with 1991 building codes. f. Once approved by Staff & State, restroom goes into production. Third- party state-approved inspector reviews manufacturing process. State issues No Yes (no local review) "Commercial Modular" sticker at completion. Allow 2.5 - 4 months for delivery to site. 7. Contractor competitively bids: Yes (Site work&restroom Yes building) (Site work only) 8. Contract is awarded for Yes Yes (Site work& restroom (Site work only) buildin ) 9. Construction Phase: a. Coordination performed by: Contractor- Site work Entirely by contractor City Staff-Restroom b. Contractor completes building demolition and relocation of electrical service, meters, lighting controls and irrigation controls, demolition of the Yes Yes restroom, grading, site prep, underground utilities and building pad. c. Contractor constructs restroom. Yes No d. Contractor discontinues work until No Yes restroom is installed e. Prefab restroom is delivered and No Yes installed by manufacturer f. Contractor completes site work: reinstalls electrical service, meters, lighting controls, irrigation controls, Yes Yes walkways, irrigation modifications and landscaping 10 1 year Warranty period begins: Contractor warranties Contractor warranties all work including site-work. building: Prefab manufacturer warranties restroom. t36-l3 0 - ATTACHMENT 3 M Z m LU W m - O O IL LLI � Qz - - I- N i J d� a a W 9 < Z LL LL III I Q O O N CLU ,I -- --;--- L } < I I Q I >R 115 W i I d I I sE ACK I W�.• W �N vo 'o iso. sin] Nds aiw SNOLVA913 �p g,il.f >WW `dS02i ` iNVS :oe 90:aw I,a :A NAWO Ntnd W01=1 � 'RE tZ99:mwmw aow aNlmins :omn mro :No1!"im5ia d NOLL7fRllSO7110j ION S`)NIAAVHG AdVNIWn3dd H Z W ATTACNaaE";T3 Q .94rs z -- o Z z o W ° aW > w W O J W N W aC 2 W o- -- - - 0 at LL O Oz J ®� cf) w , W ~ f Lm W N Z U- ® «u a- o N — ItQO0M U Z Oz 0cn ID o aW �— 0 IL LL Q W of U) 4@ , o- -- 01-.61 .01-.SZ -- - - - - RED FILE MEETING AGENDA e. D & _ITEM # DATE council mcMOIZAnbum Date: July 21, 2009 ECOUNCIL 2rCDD DIR E3'Gt Oe" A6X 0-FIN DIR TO: City Council E!rAGA0P& C4V fir-e Er FIRE CHIEF 13-ATTORNEY IrPW DIR ErCLERK/ORIG C!POLICE CHF VIA: Ken Hampian, City Manager p DE�t3 EADS SEC DIR �--�,.--- ZIUTIL DIR FROM: Jay Walter, Public Works Director N� ?2�11 DIR AAW nate5 �Cpu vCcL SUBJECT: Santa Rosa Restroom Design and Construction Approach -''e`ry/L1G2 Additional information. Review of Local Prefabricated Restrooms Staff performed a site review of two local prefabricated restrooms - one located in Pismo Beach at Dinosaur Caves Park and one located in Atascadero at Atascadero Lake Park. Colored photos of these two restrooms are attached and will be made available to the Council at the meeting tonight. Atascadero Lake Park. The structure is around 2 years old and is slightly larger (about 5') than the proposed restroom at Santa Rosa Park. Staff felt it was a high quality installation and very attractive. Maintenance staff was very pleased at the quality and durability of this product. This restroom is manufactured by Public Restroom Company from Nevada. The project manager for the City of Atascadero, Bob Joslin, indicated that the construction cost was around $286,000 for the project. He did not know off hand what part of that cost was for the prefab structure and how much was for site work. Staff later contacted the manufacturer who recollected the cost for the structure being around $195,000 (before any contractors mark up). Staff asked Mr. Joslin: If Atascadero were to do another restroom project would they use a prefab structure again? His response was "No, not in this economy, it doesn't pencil out." Atascadero, like San Luis Obispo and other cities, has been experiencing a very favorable bid climate and contractors are bidding projects very low in order to get the work. Dinosaur Caves Park. This restroom is far too small compared to what our needs for Santa Rosa are but it gave staff an idea of the typical construction used by this manufacturer. It is an all-concrete structure manufactured by CXT, Inc from Washington. The structure did not offer much aesthetic appeal particularly after comparing it to the Atascadero Lake restroom. Overall staff was. not impressed by this structure. There were cracks throughout the 4 1 ' year old structure. The equipment room was so small that it was almost impossible for the maintenance staff to store cleaning supplies or have adequate access for plumbing repairs or maintenance. The venting system was not working and the door hinges were. sprung. The project manager could not be reached but the maintenance staff we talked to on site indicated that they would not be using this company again. Questions from Council Member Carter. Question 1: On attachment 1, do the site built building costs shown of$307,555 include the cost of construction management (at 15%) and contingencies(at 10%)? Answer: No, none of the costs - prefab or site built - in the Laguna Lake analysis of both approaches, includes CM or contingences. The costs are only for the design and construction costs. We considered the CM and Contingences to be a "wash" in both approaches Contingencies. In either approach, we would most likely have budgeted the same dollar amount of contingencies. Contingences cover unexpected costs and unknowns. In a building project such as this, the unknowns would be associated with the demolition and site work not necessarily the new building structures. Construction Management. For the Santa Rosa Restroom project, it is not certain at this time whether this project would use an outside construction management firm or not. In the past few years construction management firms were used due to the large number of construction projects. Since the overall number of projects is less due to budget issues it is likely that we will not require construction management for Santa Rosa Restroom. For the sake of this analysis we made the assumption that construction management would be handled in-house by staff - similar to the assumption that the procurement of the prefab would be handled in-house by staff. A smaller amount of construction management funds would be set up to handle the special inspection for the building pad and site work which would be the same for either approach. Again, for the purposes of this analysis the construction management should be a wash under either approach. Question 2: The comparison for site-built is made against "pre-fabricated," specifically products made by CXT and Restroom Facilities. Was there a reason why Romtec "pre- engineered" products were not included? In previous correspondence, Romtec explained how "pre-engineered" is different from "pre-fabricated" (granted this may have been a snow job). They also said they have a CMAS contract with California. Answer: To keep things somewhat simplified we kept the report focused on just the site-built and the prefabricated buildings since that seemed to be Council direction. By nature of their product it appears the pre-engineered Romtec buildings can be processed similar to the site-built approach were their plans are incorporated into a standard bid document or similar.to the prefab approach by procuring it through CMAS. Cost wise there does not seem to be a big advantage to using this product. Our 2 • investigation of this product last January revealed that the installed cost of a smaller 6- stall restroom (we need 8 for Santa Rosa) was approximately $216,000 for a standard off the shelf design. This cost is already above the estimates received for prefabs of the size we need (which were around $200,000) as well as the site-built (which we found to cost around $183,000 after adding in design) Based on this fact alone it does not make sense to pursue the Romtec alternative much further. At the time of this writing this is what we know about Romtec: • The estimated costs of the installed Romtec building where found to be higher than both the prefab building costs and the site built building costs - $216,000 was estimated per Council memo of Jan 15, 2009 for a smaller building of questionable quality. • The Romtec buildings did not receive a positive recommendation from the State District Park Maintenance Supervisor who had some experience with the Romtec products. Unfortunately he has worked up and down the state, so we could not perform site visit to a local Romtec installation to verify his concerns. • Romtec indicates they will provide design services and provide plans and specifications that can be incorporated into a traditional bid document. They indicate that the City would need to pay for the design services up front in order to obtain the plans and specifications but that they will credit the cost if and when they get the job. At this time we do not know what the estimated amount of these fees are. • If the Romtec product is handled under a traditional bid document approach it would be subject to the general contractor's markups making the $216,000 price tag even higher. • Through Romtec's CMAS contract information, they indicate that design services cannot be a part of the CMAS procurement due to the Brooks Act. This would need to be investigated further. Perhaps it is negotiated and paid separately outside of the CMAS process. • On a positive note, since the Romtec building is a built on site and is not regulated by the State it would be subject to processing through our local Building Department and reviewed for compliance with current codes. Question 3: One reason for mentioning Romtec is that they stated they would handle the entire project both building and site. If true, that removes your arguments about the difficulty of dealing with two contractors. Answer: Staff does not believe this is true. The CMAS contracts are negotiated for very speck items, in this case, the restroom. Staff does not believe that the State would allow them to provide other work outside of the restroom itself - demolition, walkways, parking lots, ramps, irrigation and landscaping, etc — without a competitive bid. If we attempt to purchase the product outside of CMAS, then it would have to be competitively bid since it is over $25,000. If Romtec is qualified to perform the duties of a general contractor then they could bid the entire project; however, we would then need to address the issue of whether there is a conflict of interest - a designer on a project turning around and bidding the project they helped design. Currently, our practice is to not allow an entity that provided plans and specs to bid the installation. 3 J 1 Question 4: What appreciable difference is there between the 1991 and 2007 building codes? Answer: According to the Building Official there have been 3-4 significant revisions to the building codes since 1991. He indicated these changes are primarily due to the large earthquakes experienced in 1989 (Northridge) and 1994 (Loma Prieta) where the seismic and structural codes have undergone revamping based on what was learned from these catastrophic events. In general, the seismic analysis is more intensified and more focused. For example, every structure, no matter how big or how small, requires a soils report to determine specific seismic parameters to be used for design. This may end up being more restrictive or less restrictive than the 1991 codes depending on the location of your project and the soils in the area. Essentially, the current codes will ensure that the building is designed to include the best seismic and structural safety enhancements. Attachments: Color photos of local prefabs. g:Waft+eporb-agenCasmnutes%_canMDA=MMOAM 4 fL CU f` w J ' 1 ANN I co _ 1 j c,�'� �..CYy to z.: � '�^�_._,_-,r• • • • I T CU 4 All '�� ( � 11.{•11, •j _.— --. h.. ., �. 14 J• � b . 'T•/ 1 y gyp. 1 -y� ¢' R ` N� jopijjoo duiglul we sab 10 Joual01 CD U l �cQ I }, ,s.a � L C � `4 CL c I ( (D N cu cu U � �ut � a ; r 111 I \ J{ a ( 1 f . i mi�sc o u n a l m c m o RA n o u m ,cmy of san tins osispo. DATE: July 14;2009 TO: Council Colleagues FROM: Dave Romero, Mayor SUBJECT: July 21,2009 Communication Item: City Manager Recruitment In order to meet our aggressive schedule of making the appointment of our new city manager prior to the end of the year, we must initiate the hiring process without delay. Therefore, at the City Council meeting of August 4, 2009 our Human Resources Director, Monica Irons, will bring forward a recommendation for contracting with a search firm to initiate the recruitment ASAP. Monica expects to receive proposals from several different companies (maybe as many as 10) and is prepared to review them and make a recommendation to Council. However, she has also asked if the Mayor and Vice Mayor could serve as a"sounding board" should she need input on the final recommendation to the Council. If there are no objections from Council members, Vice Mayor Settle and I would be happy to play this role. Of course, the full Council will become engaged in the process as soon as we have the search firm under contract. RED FILE FUNa`CDD DIR -- MEETING AGENDA � O'FIN DIR eZ�fIRE CHIEF DA �s / a ITEM#� �A 0A-r1c es Q'POL IR CHF ADS SEC DIR (3'J�IB E UTILDIR In^............1` 0'�R DIR 71140 C0U4JC/L 1-1CCENED JUL 1 A 2009 SLO CITY CLERK Q0ocuments and SeMngs*hamMn\DesktW\Communiaadon Item-CM Reaudmentdoc Kr ATTACHMENT#3 y� Y•v ' r� �,meq : ��,; .,,� •^< i r