Loading...
sr-092209-1dCity Council Meeting: September 22, 2009 Agenda Item:. ~ - p To: Mayor and City Council From: Lee E. Swain, Director of Public Works Subject: .Construction Contract for City Hall Electric Room Addition Recommended Action Staff recommends that the City Council: 1) authorize the City Manager to negotiate and execute a contract with Gonzalez Construction in the amount of $500,000 for the City Hall Electric Room Addition; and 2) authorize the City Engineer to issue any necessary change orders to complete additional work within budget authority. Executive Summary The City Hall Electric Room Addition Project is required to provide additional electrical supply to the City Hall Jail Area Tenant Improvement (TI) Project. The Jail Area TI Project requires electrical supply that exceeds the existing capacity of the City Hall electric room. The existing electrical room cannot be increased due to size limitations in City Hall. As a result, an electric room addition for City Hall is required. The new electric room addition was approved by City Council and Landmarks Commission in early 2008 and will be located on the southeast corner of City Hall. This project is funded by the City's General Fund and is the first phase of the federally funded City Hall Seismic Retrofit Project. Background The City Hall Seismic Retrofit Project is partially funded by FEMA as part of a Hazard Mitigation Grant developed after the 1994 Earthquake. The Seismic Retrofit Project will renovate the existing vacant jail space in City Hall into staff offices and a new Data Center. The new use of this area which includes offices, a new elevator, a new data center, and a new HVAC system, requires electrical supply that exceeds the capacity of the existing electrical room in the basement of City Hall. Due to the existing conditions 1 in the basement, it is impossible to expand and create a code compliant interior electrical room. On November 13. 2007, City staff presented the exterior electrical room addition to the City Council and proposed that the room be constructed on the northeast corner of City Hall. Council members then directed staff to look at an alternative location on the southeast corner of City Hall. On February 12. 2008, City Council approved the exterior electrical room addition on the southeast corner of City Hall. On March 10. 2008, Landmarks Commission provided approval of this southeast corner location as well. Discussion The design of the City Hall Electric Room Addition Project began in 2007, utilizing industry standard copper conductors. Over the course of the design process, construction costs increased at an unexpected rate, especially for copper conductors. As a result, the design consultant suggested a less expensive alternative, aluminum conductors. Although construction costs have slightly decreased in the last year, the City requested contractors to provide base bids for aluminum conductors and alternative bids for copper conductors as a comparison. , Upon receipt of the bids, the cost of aluminum is generally less then copper conductors. However, three of the copper bids are within City construction costs estimate of $450,000 and budget authority of $500,000. Copper is the industry standard and therefore, City staff recommends this preferred material for the City Hall Electric Room Addition. Project. Contractor/Consultant Selection Notice Inviting Bids was advertised on the City's website on July 13, 2009. A total of 54 contractors registered on the site for project information, 16 companies attended the pre-bid job walk, and nine sealed bids were received by the City and-were publically opened on July 21, 2009 by the City Clerk's staff. The bid results are as follows: 2 Bidder Aluminum Copper G Coast Construction, Inc. $407,000.00 $427,000.00 Gonzalez Construction $458,277.50 $479,277.50 Mel Smith Electric, Inc. $428,445.00 $495,712.00 H.C. Olsen Construction $405,065.00 $501,590.00 Minako American Corporation $478,700.00 $555,700.00 Union Construction Co. $575,400.00 $575,400.00 Lindseth Construction, Inc. $522,720.00 $607,320.00 Westpoint Development, Inc. $642,000.00 $692,000.00 ROD Builders, Inc. $639,000.00 $722,000.00 A selection committee comprised of City staff and the project consultant evaluated the bids based on competitive pricing, understanding of the project .scope, accuracy in bidding, and references for projects that included high quality exterior finish work. City staff contacted the reference. agencies provided by the lowest bidder, G Coast Construction, and the respondents cannot confirm their experience with high quality exterior finish work. City staff then contacted the reference agencies provided by the next lowest bidder, Gonzalez Construction, and all respondents confirmed their experience with high quality exterior finish work, which is particularly important given the status and visibility of this addition to a registered historic landmark. In addition, the respondents reported that Gonzalez Construction work was completed in a timely and cost-effective manner while maintaining consistent quality. Furthermore, Gonzalez Construction demonstrated a clear understanding of the scope of the electrical work. Based on the evaluation criteria, Gonzalez Construction is the recommended overall best bidder. 3 Financial Impacts & Budget Actions Funds in the amount of $500,000 are available in account C024002, City Electrical Room Upgrade. Prepared by: Alex Parry, Architect Lee E. Swain, Director Department of Public Works Manager 4 Approved: Forwarded to Council: