City of Sacramento header
File #: 2019-01021    Version: 1 Name:
Type: Consent Item Status: Agenda Ready
File created: 6/26/2019 In control: City Council - 5PM
On agenda: 7/23/2019 Final action:
Title: Plans and Specifications and Contract: Fire Station 6 Roof Replacement Project (C13900000)
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title:

Title

Plans and Specifications and Contract: Fire Station 6 Roof Replacement Project (C13900000)

End

 

FileID

File ID:  2019-01021

 

Location

Location: 3301 Martin Luther King Blvd, District 5

 

Recommendation:

Recommendation

Pass a Motion: 1) approving the construction plans and specifications for the Fire Station 6 Roof Replacement Project; 2) awarding a construction contract to Commercial Waterproofing, Inc., in an amount not to exceed $150,496 for the Fire Station 6 Roof Replacement Project; and 3) authorizing the City Manager or the City Manager’s designee to execute the contract specified above.

 

Contact: Norm Colby, Facilities & Real Property Superintendent, (916) 808-8335; James Christensen, Facilities Manager, (916) 808-5863, Department of Public Works

 

Body

Presenter: None

 

Attachments:

1-Description/Analysis

2-Contract

 

 

 

Description/Analysis

 

Issue Detail: The existing roof of Fire Station 6 is beyond its useful life and needs to be replaced. The recommended contract with Commercial Waterproofing, Inc. will include removal of existing concrete tiles and replace with new Owens Corning Cool shingles, and the replacement of the asphalt built-up roofing with a TREMCO Thermoplastic, Tri-Polymer Alloy Single Ply Roof (TPA) membrane system. The new roof sections will include new flashing metal and will correct drainage issues.

 

Policy Considerations: The recommendations in this report are in accordance with the provisions of City Code Chapter 3.60.

 

Economic Impacts:  The recommended contract is expected to create 0.60 jobs (0.35 direct jobs and 0.25 jobs through indirect and induced activities) and create $92,922 in total economic output ($58,569 of direct output and another $34,353 of output in indirect and induced activities).

 

The indicated economic impacts are estimates calculated using a calculation tool developed by the Center for Strategic Economic Research (CSER). CSER utilized the IMPLAN input-output model (2009 coefficients) to quantify the economic impacts of a hypothetical $1 million of spending in various construction categories within the City of Sacramento in an average one-year period. Actual impacts could differ significantly from the estimates and neither the City of Sacramento nor CSER shall be held responsible for consequences resulting from such differences. 

 

Environmental Considerations:

 

California Environmental Quality Act: The proposed action is exempt from review under CEQA pursuant to CEQA Guidelines Section 15301 because the action involves the repair or maintenance of the roof on an existing City facility or structure with no expansion of use beyond the previously existing level of use. The overall building footprint will remain exactly as it exists now.

 

Sustainability: None

 

Commission/Committee Action: None

 

Rationale for Recommendation: The existing roof sections at Fire Station 6 are beyond their useful life and need to be replaced. The roof sections were identified as priority 1 maintenance projects, requiring immediate attention, in the 2017 Facility Condition Assessment. On April 17, 2019, the Department of Public Works issued Invitation for Bid (IFB) No. B19014541013 for replacement of the roof at Fire Station 6. Five bids were received, three of which were determined to be responsive and met the minimum (LBE) participation requirement. Commercial Waterproofing, Inc. was determined to be the lowest responsive and responsible bidder.

 

The results of IFB No. B19014541013 are listed in the table below.     

 

CONTRACTOR

Bid Amount

LBE %

*Jami Construction

$105,000.00

100.0

**RSM Rua and Sons Mechanical

$116,500.00

0.0

Commercial Waterproofing, Inc.

$150,496.00

100.0

Brazos Urethane Inc.

$156,715.00

100.0

Madsen Roofing and Waterproofing

$172,720.00

100.0

 

*Jami Construction is not a certified installer of the products required to complete this project. A certified installer is required to install the product in order to obtain the warranty.

**Did not meet the minimum LBE participation requirement of 5% LBE for any bid over $100,000.

 

Staff’s estimated construction cost was $150,000.

 

Work is anticipated to begin on site in September 2019 with completion by November 2019.

 

Financial Considerations: Sufficient funding exists in the City Facility Reinvestment Program (C13900000) (General Fund, Fund 1001) to award a construction contract to Commercial Waterproofing, Inc. in an amount not to exceed $150,496.

 

Local Business Enterprise (LBE):  Commercial Waterproofing, Inc is an LBE.