Loading...
SR - AGR-6420 - CITY HALL HVAC ROOF TOP UNITS REPLACEMENT PROJECTL SUBJECT Award of Contract for Bid No. 167 -07; City Hall HVAC Roof Top Units Replacement Project (SP- 3974). 2. SUMMARY Bids for the City Hall HVAC Roof Top Units Replacement Project were received and opened on October 20, 2016. Nine (9) bidders responded to the Notice Inviting Bids. The apparent low bidder is NKS Mechanical Contracting Inc., of Anaheim for $256,122. The Engineer's construction estimate is $275,000. 13. RECOMMENDED ACTION Award the contract in the amount of $256,122 to NKS Mechanical Contracting Inc., and authorize the Mayor and City Clerk to execute the necessary documents on behalf of the City. 14. FISCAL IMPACT Funds are budgeted and available in the following account: 500.5028.56032.19835 Civic Center HVAC Replacement $ 290,000 5. STRATEGIC PLAN GOAL(S) lb. Provide for a safe community - Provide and maintain infrastructure necessary to ensure the safety of the public. 4b. Provide outstanding public service - Provide facilities and services to meet customer expectations. 6. GENERAL PLAN IMPLEMENTATION Natural Resources Element Goal 2.0 Protect air, water, and energy resources from pollution and overuse. Policy 2.9: Promote City operations as a model for energy efficiency and green building. 7. DISCUSSION and BACKGROUND Council authorized advertising for this project which consists of replacing three 50 ton each mechanical roof top units serving City Hall last September. The existing units are more than 18 years old, inefficient, and have reached the end of their service life. Replacement parts are becoming difficult to locate resulting in loss of control and uncomfortable temperatures for building occupants. Replacement of these units was also included in the recommendations of the energy efficiency audit that was completed last year. Bids were advertised for three weeks, and bids were opened on October 22, 2016. Nine bids were received as follows: 1. NKS Mechanical Contracting $ 256,122 2. Bon Air Inc. $ 266,001 3. OCC Builders Inc. $ 285,000 4. Diversified Thermal Services $ 285,538 5. K & J Air Conditioning $ 297,750 6. Allison Mechanical Inc. $ 299,986 7. Los Angeles Air Conditioning Inc. $ 360,279 8. FM Thomas Air Conditioning $ 417,000 9. Western Air Conditioning Co. $ 500,000 The project is exempt from the provisions of the California Environmental Quality Act (CEQA) pursuant to CEQA Guidelines Section 15301 (Class 1, Minor Alterations to Existing Facilities) because it involves replacement of existing mechanical equipment at an existing City building and involves no expansion of its existing use. The project is also categorically exempt under CEQA Guidelines Section 15331, Historical Resource Restoration/Rehabilitation, because it involves maintenance of the Civic Center in substantial conformance with the Secretary of the Interior's Standards for the Treatment of Historic Properties (Secretary's Standards). A Notice of Exemption will be filed with the County Recorder's Office upon Council approval of the bid award. Installation is scheduled to begin in mid - December 2016 to take advantage of the Christmas closure, if possible, and is expected to be completed within forty calendar days. 8. ATTACHMENTS • Bid Abstract CITY COUNCIL MINUTES NOVEMBER 9, 2016 3. CONSENT CALENDAR (Continued) 3.23 CLAIMS (C3200.0) The following claim(s) have been received and investigated by the City Attorney's Office and /or the Risk Manager. After a thorough investigation with the involved departments, it is the recommendation of the City Attorney's Office that the claim(s) be denied. a. Jessica Fogla b. Kathleen Caruana c. County of Orange d. Ashruf and Laurie Shenouda e. Carleen R. Navarro f. Eddie Licea g. Alliance United Insurance Company a/s /o Francisco Moreno ACTION: Denied Claim(s) for damages and referred to City Attorney and Adjuster. CONTRACTS 3.24 Award of Contract — Bid No. 167 -07; City Hall HVAC Roof Top Units Replacement Project. (A2100.0; AGR -6420) ACTION: Awarded the contract in the amount of $256,122 to NKS Mechanical Contracting Inc.; and authorized the Mayor and City Clerk to execute the necessary documents on behalf of the City. 3.25 Final Contract Change Order for Agreement No. 6348, Bid No. 156 -33; Tustin Street and Vanowen Avenue Traffic Signal Modification (SP- 3927). (A2100.0; AGR -6348) ACTION: 1) Approved Final Contract Change Order in the amount of $31,044.60 to California Professional Engineering, Inc. for the extra work; 2) Authorized the appropriation of $5,000 from the Transportation System Improvement Program (284) unreserved fund balance to expenditure account 284.5032.56100.20244 Tustin/Vanowen Traffic Signal Modification; and 3) Authorized the increase in purchase order expenditures in the following account: 284.5032.56100.20244 Tustin/Vanowen Traffic Signal Modification $ 31,044.60 3.26 Final Acceptance of Bid No. 156 -33; Tustin Street and Vanowen Avenue Traffic Signal Modification performed by California Professional Engineering, Inc.; and authorize the Mayor and City Clerk to execute the Notice of Completion. (No staff report required.) ACTION: Accepted public works improvements, authorized release of Allied World Insurance Company of New Hampshire Bond No. S001 -3042 in the amount of $355,156 to the contractor on said job; and authorized the Mayor and the City Clerk to execute the Notice of Completion. PAGE 6