resolution awarding a construction contract to nor-cal contractors 06-04-13

Upload: l-a-paterson

Post on 03-Apr-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/28/2019 Resolution Awarding a Construction Contract to Nor-Cal Contractors 06-04-13

    1/5

    Meeting Date: June 4 2013Prepared by: Sharon Friedrichsen

    City CouncilAgenda Item SummaryName: Consideration of a Resolution awarding a construction contract to Nor-CalContractors, the lowest responsive bidder, in the amount of$319,800 for theUrban Runoff Diversion Project .

    Description: To comply with stormwater discharge requirements under the State WaterResources Control Board's "Special Protections for Selected Storm Water andNonpoint Source Discharges into Areas of Special Biological Significance(ASBS), the City is building a diversion system along Scenic Road and at theintersection of 4th and San Antonio A venues to eliminate the discharge to CarmelBay during dry weather, when flows are composed largelyof non-stonnwater.This is the ASBS Dry Weather Diversion Project included in the City' s CapitalImprovement Plan. The construction involvesdiverting water captured in drainagestructures through gravity flow pipelines for subsurface disposal in nearbylandscaped areas and capturing runoff to percolate into small open-bottom catchbasins installed in the street in front of the inlets during the dry weather period.On April 18, 2013, the, City Engineer submitted the attached letter recmmnendingthe awarding of the contract to Nor-Cal Contractors, based upon the lowestresponsive bid. In addition to awarding theconstruction contract, this agenda itemseeks to amend the current agreement with Neill Engineering for engineeringdesign of the Grant Project to allow for engineering services during theconstruction phase of the grant. This agenda item: (1) awards the constructioncontract in an amount of $319,800 to Nor-Cal Contractors, the lowest responsivebidder; (2) authorizes the City Administrator to execute the contract uponthereturn of the contractor's executed documents; (3)approves a contingency of$47,970 and authorizes the City Administrator to execute change ordersnot toexceed $47,970 (15%) of the base contract amount; and (4) approves $31 ,980(10%) for engineering services during construction and authorizes the CityAdministrator to execute an amendment to an agreement with Neill Engineer forengineering services during construction for a not to exceed amount of $31,980.

    Overall Cost:City Funds: $19,988 (5% match of construction costs)Grant Funds: $379,762

  • 7/28/2019 Resolution Awarding a Construction Contract to Nor-Cal Contractors 06-04-13

    2/5

    Staff Recommendation: Adopt the Resolution.Important Considerations: In June 2011 the City was awarded a Proposition 84 ASBSGrant to plan, design, and construct the diversion system. In April2013 , four bids

    were received by the City for this project, with Nor-Cal Contractor being deemedthe lowest bidder by the City ' s engineer. Grant funding includes $489,000 forconstruction.Decision Record:Attachments:

    Letter from Neill Engineering recommending award of bid to Nor-CalContractors. Tabulation of Bids prepared by Neill Engineering Resolution

    Reviewed by:~ -Jason Stilwell, City Administrator Date

  • 7/28/2019 Resolution Awarding a Construction Contract to Nor-Cal Contractors 06-04-13

    3/5

    CITY OF CARMEL-BY-THE-SEACITY COUNCIL

    RESOLUTION NO. 2013-A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARMEL-BY-THE-SEAAWARDING THE ASBS DRY WEATHER DIVERSION/URBAN RUNOFF DIVERSIONPROJECT CONSTRUCTION CONTRACT

    WHEREAS, the City of Carmel-by-the-Sea has received a Proposition 84 grant from the StateWater Resources Control Board to build a diversion system along Scenic Road and at the intersection of4th and San Antonio Avenues to eliminate the discharge to Carmel Bay during dry weather; andWHEREAS, the project was advertised in the Monterey Herald on March 20, 2013 and on March27, 2013 and four bids were received for the project on April 17, 2013; and,WHEREAS, the City has deemed Nor-Cal Contractors the lowest responsive bidder with a bidestimate of $319,800 for the construction of this project.NOW, THEREFORE, BE IT RESOLVED THAT THE CITY COUNCIL OF THE CITY OFCARMEL-BY-THE-SEA does hereby:1. Award the construction contract for the ASBS Dry Weather/Urban Runoff DiversionProject in an estimated amount of $319,800 to the lowest responsible bidder, Nor-CalContractors, subject to the provisions of the documents and certifications set forth in theplans and specifications applicable to the project and as required by California law.2. Authorize the City Administrator to execute the construction contract upon the return ofthe contractor's executed contract documents and the review and approval of the CityAttorney and the City's Administrative Services Director.3. Approve a contingency in the amount of $47,970, or 15%, and authorize the City

    Administrator to approve change orders in an amount not to exceed $47,970.4. Approve $31,980, or 10%, for construction-related engineering services and authorize theCity Administrator to execute an amendment to an agreement with Neill Engineers.PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF CARMEL-BY-THE-SEA this____ day of____ 2013 by the following roll call vote:

    AYES: COUNCIL MEMBERSNOES: COUNCIL MEMBERSABSENT: COUNCIL MEMBERS

  • 7/28/2019 Resolution Awarding a Construction Contract to Nor-Cal Contractors 06-04-13

    4/5

    SHERMANW. LOW, RC.E.GARYW.WHITE. LS.ClAYTON 8.NEILL, R.C.E.GILBERTM.NEILL. R.C.E.

    Mr. Jason StilwellCity AdministratorCity ofCannelPOBox CCCannel, CA 93921

    NEILL ENGINEERS Corp.

    CONSULJING ENGINEERSMISSION and FIFTH-BOX l lCARMEL. CAUFORNIA 93921

    (831) 624-2110FAX: (831) 624-3693Aprill8, 2013

    Re: Urban Runoff Diversion ProjectDear Mr. Stilwell,

    SUBDMSIONS, I.NIIO PLANNING,WATER SUPPLY, SANW10N,SUIM'IING. AIRPORIS

    MUNICIMUT1S

    Bids were opened for the City ofCannel-by-the-Sea Urban Runoff Diversion Project onWednesday, April17, 2013. Four bids were received listed in ascending order as follows:

    ContractorNor-Cal ContractorMonterey Peninsula Engineering, Inc.Earthworks Paving Contractors, Inc.The Don Chapin Co.Engineer's Estimate

    Total Bid$319,800.00$349,200.00$363,800.00$482,619.00$300,500.00

    The bids were reviewed tor mathematical accuracy and other proposal requirements. Allbid proposals were in order and considered responsive. A copy of he Tabulation ofBids isenclosed.

    There is sufficient State funding for the project. Therefore; we recommend that thecontract be awarded to the low bidder, Nor-Cal Contractor.

  • 7/28/2019 Resolution Awarding a Construction Contract to Nor-Cal Contractors 06-04-13

    5/5

    28TABULATION OF BIDS Engineer: NEILL ENGINEERS CORP ., Carmel,CA

    r- ENGINEER 'SESTIMATEH-----eserl"ption -- --- --ra-uantitY" Unitt Pricen : ; t ~ ~ Outfall _ - 2 ~ g _ ! ' ! 1 ~ ~ ~ ~ ~ - - " - ~ ___! ____, _ . ._. ' $s;ooo.ocii___ _ s ~ H _ O u t f a l l C - 1 ~ S O l m p r o v e m ___ _ _ _ _ _ $6,003 :Install Outfall C-26 SO l!!P.rovements 1 : L.S. I $3,00- -y-.!E'Stali outraf(C-18 ~ Improvements 1 .t J ! _5 Install Outfall C-10 SO Improvements ; 1 L.S. $40,00

    in5_!SI!_Q_l_!tf!lll C-2 ( SO l m p r ~ v e ~ e r : ' ~ s - t = - 1__ 1_.!:.:_5_:_ __ $8,007 ;Install Outfall C-17 SO Improvements 1 1 L.S. $3,00

    Amount I$5.000.00'

    8 l n s t a i o u i f a i l c ~ Improvem-ents- T - . L.s. 3 ~ 6 o 19 l lnSiaiiouttan C-14 so Improvements 1 1 : L.s. o o o . o o i $ 3 5 ~ d o o : o o , 6 o o . o o ~ . - . - - ~ . .vv . . . . . . . . .vv __10 !lnstail6uifan c-=3 so l m p r o v e m e n ~1 -- L.S. $73,ooo.oo $73,ooo.oo 1 $88,800.001 $88,8oo:Oo $73,000.00- $73,ooo.oo $92-;7oo.oo l - - .11 Install outfall C-2 so Improvements 1 . L.s. $90 ,000.00 sso,ooo.oo.-- sas,soo.oo l 189,50o.oo $.140 ,000 .ooj $140 ,000.00 $ 113 ,65o.ooh113,650.00 , . . .. 12 ~ n s J a l l o u t t a C - 1 2 S D J ! ! I . E ~ ~ m e n t s I 1 cs:- $ 1 , 0 _ 9 < ! ~ ~ - - - - - ~ 1 . 0 0 0 $2,000-00 !-- $ 2 , 0 0 9 $700.00.--- -$700.q9 S3,20o .od f ------=-=..-.__11_i!_nstall Outfall C-1 so Improvements 1 I L.S. $18,000.00 $18,000.00 $_23,000.00 $23,000.001 $18 ,qoo.ool $18,000.00 , ~ ! ? . 3 0 0 . 0 0 j $1. ------ .~ ~ n s ~ ! ! _ ~ ! _ l r o j e c t S J f ; ! n s __1__1__ - . ! : . . S ~ - - - - __ $ ~ Q Q : 9 . 9 . . . ; _ _ _ i.500.00 $1,000.00! S1&9.2:20 $2,000.00 $ ~ . t Q 2 . ! ) . 2 9 $2,500.00 ) -- -- - - - 1- --:---- - TOTAL:

    1

    .. + ----,- - ~ ~ ~ . 5 0 . $319,800.00 __ $ 3 4 9 , 2 0 0 . 0 0 ; --------I.- . - -- - - -- -- - - - - - - --- -' - - - - - ~ O W B I D . - - . '- ~ - - ___ - ::-_ 1- _ _ : : ~ ~ ~ - - - - ~ - ____ - ___ _1_ __ __ _ ~ , -__ - - + - -

    - - ~ - - - --- - --- ---- - - - - = r - = - ~ - : - : : 1 .--- --------- L___ ... ___ __ -= - ~ - ~ ~ ~ - - - - - - - - F - = = t = = t = -----r_- - ------- -- -- i - ~ - - : - - - - - + ----j----! - = - = ~ - ~ ~ - ~ ~ - - - - - - t = _ 4 - = ~ - - - - - - - ~ : - _ --- r ~ - = : ~ - \ i I +-1 = -- - -- -- - ------- - -1----=:f- i -+-- +---- I .- -------- _ - ~ - - - - - ~ - i - - ~ - , ~ - ~ = ~ - t - - L - - ~ _ - - : : : f t- - : = - - ~ - - - - - - - - - - - - ~_;-_--___- - - - - - --r -- 1 1 =-----1 1 1 __ __ =r_-_=--- _.1 - = - - - - - ~ = - ~ - ----

    WO : 82HUI"H:l Page 1 of 1