File #: 12-0327    Version: 1 Name: City Hall
Type: Contract Status: Passed
File created: 8/31/2012 In control: City Council
On agenda: 9/11/2012 Final action: 9/11/2012
Title: Matters relative to new City Hall
Sponsors: City Clerk, City Manager, Engineering Department
Indexes: Funds Budgeted
Attachments: 1. City Hall accounting of expenses
Title
Matters relative to new City Hall
 
Body
SUMMARY:
In review of previous action by the Council:
·      Horizontal blinds - The number of blinds required was originally estimated at 150.  That number was reduced to 118 and approval was granted.  We have further reduced the number to 84, resulting in a savings of $3,009.
·      Roller shades - In working with the vendor and manufacturer, we have reduced the number of motors required by 4, which will result in a savings.  We don't have the amount of the savings at this time.
·      Change Order #1 was approved in the amount of $24,640.34 for a number of items.  One of the items was the installation of fire dampers at a cost of $7,297.50.  Upon discovering that fire dampers were present and operational, we were able to reduce that cost to $2,446.50 to cover the hatches installation and associated wall patching, a savings of $4,851.
 
We are pleased to announce that StonePeak Ceramics has donated the tile for the 1st Floor and it has been delivered.  We will only pay for installation.  We do not have the credit amount for the contractor, at this time, but expect it soon.
 
Due to contractual obligations with its brokers, Crossville Ceramics was not able to donate the selected tile for the 2nd Floor, but has provided the tile to the brokers at a significantly reduced price.  This was a savings of $1,025.00.
 
We are pleased to announce that Woodmen of the World has agreed to donate two flag poles for the State and City flags.  The contractor had proposed a price of $2,634.00 for the flag poles.  City crews will install the poles, saving the $500 proposed by the contractor.  This is a total savings of $3,134.
 
On the outside sign, the contractor had provided a cost of $35,041.57.  We have rejected that price and have determined that city crews can build the sign.  We estimate that cost at $14,000, a savings of $21,041.57.
 
In new matters:
·      There are 2 VAV HVAC units on the 4th floor that are recommended for replacement by the architect.  It was discovered that these two original units had never been connected to the return side and, consequently, returns would need to be added.  After studying the matter, it was determined that it would be better to update to a new unit rather than trying to retrofit the old units and have concerns about parts and repairs in the future.  These units will help regulate the temperatures in the unoccupied areas and will result in an energy savings with a payback in approximately 3 years.  The cost is $4,987.50.
·      No provisions were made for dishwashers on the 2nd and 4th floor or an icemaker on the 4th floor.  We have no immediate plans to purchase a separate icemaker for the 4th floor, but we believe that we might find it necessary at a future time, dependent on the use of the training room, and would like to provide for the electrical and plumbing at this time.  Because of the potential heavier use of the breakrooms on the 2nd and 4th floor, we believe that dishwashers will be very useful.  There will be no dishwashers on the 1st and 3rd floor.  This will eliminate some cabinetry, but require plumbing and electrical.  The net cost for the cabinetry changes, plumbing, and electrical is $3,786.27.  We recommend approval.
·      The Fire Marshal is requiring panic door hardware on the electric room door on the 1st floor.  This cost will be $1,005.38.
There is $3,205.79 remaining in the contract contingency fund for security equipment.  We recommend using this money as a credit towards these changes, resulting in a total additional cost of $6,573.36.
            $4,987.50      VAV HVAC units
            $3,786.27      Dishwasher, ice maker changes
            $1,005.38      Panic hardware
            $9,779.15
            - 3,205.79      Security contingency balance
            $6,573.36
 
      In selecting furniture for the conference room on the 3rd floor, we were concerned about the total cost of the furniture and the cost of a table for that room.  We decided to bid out a 12' table.  The City Manager is concerned that the 12' table will be dwarfed in the room, which is over 40' in length.  We have checked with the vendor and a 6' extension can be purchased at the current bid price for $1,621.99.  The manufacturer will not honor the bid price if it is ordered at a later date and the cost would be $2,400.  The City Manager strongly recommends the purchase.
 
      The City Clerk and the Interior Designer will be shopping locally on Friday for some additional furniture, lamps, tables, etc. for informal seating areas on the 2nd and 3rd floors.  In the event that the recommended purchases exceed $5,000, photos and prices will be sent by e-mail to the Council on Friday afternoon or Monday.
BUDGET ACCOUNT:  311-41920-930-002
 
Recommended Action
NECESSARY COUNCIL ACTION:  Approve changes totaling $6,573.36, as recommended.  Approve purchase of table extension for room 317.