Skip to main content
City of Redmond Logo
File #: AM No. 17-090   
Type: Consent Item Status: Passed
File created: 5/9/2017 In control: City Council
On agenda: 6/6/2017 Final action: 6/6/2017
Title: Award of Bid to Andersen Construction Company in the Amount of $999,900, and Approval of Supplemental Agreement No. 3 with Buffalo Design in the Amount of $44,904, for the Trinity Building Upgrade, Project No. 20011533
Attachments: 1. Agenda Memo No. 17-090, 2. Attachment A: Vicinity Map, 3. Attachment B: Supplemental Agreement No. 3

MEMO TO:                     Members of the City Council

FROM:                     Mayor John Marchione

SUBJECT:                     


title

Award of Bid to Andersen Construction Company in the Amount of $999,900, and Approval of Supplemental Agreement No. 3 with Buffalo Design in the Amount of $44,904, for the Trinity Building Upgrade, Project No. 20011533

 

I.                     RECOMMENDED ACTION

recommendation


A.
                     Award bid for the Trinity Building Upgrade, Project No. 20011533, to Andersen Construction Company of Seattle, Washington, for the amount bid of $999,900, and authorize the Mayor to sign the contract.

B.
                     Approve Supplemental Agreement No. 3 with Buffalo Design for $44,904 for additional design and construction support services and authorize the Mayor to sign the agreement. 

body

II.                     DEPARTMENT CONTACTS

 

Linda De Boldt, Director of Public Works                     425-556-2733

                     Mike Paul, City Engineer                     425-556-2721

John Mork, Project Manager                     425-556-2713

 

III.                     DESCRIPTION/BACKGROUND

 

In spring 2015, Maintenance and Operations Management became aware that use of the Trinity Building on the MOC Campus for vehicle and materials storage was not a permitted use under the Building Code based on the building’s occupancy classification (Type B).  Over the previous 7+ years the building had housed the City’s vactor trucks, snow plows, de-icer truck, wastewater jetter truck and other heavy equipment.  These vehicles all require freeze protection to maintain functionality and quick response to maintenance emergencies.

 

Under a separate effort in August 2015, plans to move City staff and operations out of the Sammamish River Business Park began.  The underused office space within the Trinity Building was identified as a viable option for relocating some of the Sammamish River Business Park’s work groups and functions.

 

In September 2015 through a request for qualifications process (RFQ) Buffalo Design was selected to complete a feasibility analysis for the project. The analysis included providing a preliminary cost estimate and layout options for retrofitting the Trinity Building to an S-2 occupancy. This new occupancy classification allows vehicle storage and office space within the same building.  Existing uses within Sammamish River Business Park were documented, potential efficiencies were explored and an analysis of the existing conditions of the Trinity Building was done to identify the required upgrades needed to become fully operational.

 

With this construction contract, the following improvements will be made to the building:

 

                     Installation of a fire suppression system.

                     Addition of building exhaust system.

                     Improvements to the existing HVAC system.

                     Improvements to the building’s ADA accessibility.

                     Renovations and expansion of existing restroom area.

                     Construction of an I.T. network room.

                     Addition of adjustable high bay storage rack systems.

 

Under Supplemental Agreement No. 3, Buffalo Design will provide construction administration and closeout services.

Bid Results

 

The project was advertised in the Daily Journal of Commerce on April 6, 2017, and
April 13, 2017.  The City Clerk received bids until 2 PM, April 25, 2017. There were five (5) bidders and the bids are summarized below:

 

Bidder

Business Location

Amount Bid

Grenlar Construction

Kenmore, WA

$1,116,500

Kassel & Associates, Inc.

Redmond, WA

$1,635,700

Biwell Construction Inc.

Bellevue, WA

$1,058,090

Andersen Construction

Seattle, WA

$999,900

Ferris-Turney General Contractor, Inc.

Seattle, WA

Bid Withdrawn*

Engineer’s Estimate

 

$1,279,139.48

 

*Ferris-Turney General Contractor, Inc. - The bid proposal was withdrawn by the contractor due to a calculation error.

 

All bidder’s unit prices, extensions and additions have been checked for accuracy and unbalanced bid items.  The contractor’s references were checked and found to be acceptable.  Staff recommends award to Andersen Construction, the low responsible bidder.

 

 

IV.                     PREVIOUS DISCUSSIONS HELD

 

 

Date

Action / Committee Presentation

11/17/2015

Approve Consultant Agreement for Space Use Analysis

06/14/2016

Public Works and Planning Committee

02/21/2016

Approve Consultant Agreement

Today

Approve Supplemental Agreement No. 3

Today

Award of Bid

 

V.                     IMPACT

 

A.                     Service/Delivery:

 

This project will retrofit the Trinity Building to comply with S-2 Occupancy requirements, allowing storage of vehicles and materials (warehousing), and will complete improvements needed to accommodate maintenance staff.

 

B.                     Fiscal Note:

 

Estimated costs for the project are shown below.

 

                                          Current Project Budget:

                                          General Government CIP                     $2,000,000

                                          

                                          Estimated Project Costs:

                                          Design                      Phase                                          $   234,000

                                          Permits                                          18,000

                                          Construction                      Phase                       1,549,899

                                          Total Estimated Project Cost                     $1,801,899

 

                                          Budget Difference                     $198,101

 

                                          Transfer Back to General CIP                     $198,101

 

VI.                     ALTERNATIVES TO STAFF RECOMMENDATION

 

The City Council could choose not to award the contract; however, this action would delay construction of the project.

 

VII.                     TIME CONSTRAINTS

 

The project is expected to be completed in the fall of 2017.  A delay in moving forward with this project would extend the time that the City’s emergency response vehicles (snowplows, de-icer trucks, vactors, etc.) would remain stored outdoors, significantly impacting response times during cold weather due to freezing.  Target Dates   Begin Construction  June 2017 Complete Construction October 2017

 

VIII.                     LIST OF ATTACHMENTS

 

A.                     Vicinity Map

B.                     Supplemental Agreement No. 3