Loading...
HomeMy WebLinkAbout1996-11-05; City Council; 13888; AWARD OF CONSTRUCTION CONTRACT FOR OLIVENHAIN ROAD WIDENING PROJECT NO. 3466w a $2 ># 42 EL g ak < z I- o -I 0 z 3 0 0 s a - / ‘{t a 0 . .x ., CITY OF CARLSBAD -AGENDA BILL .&!&p AB# /si 888 DEPT. ENG CITY ATn FOR OLIVENHAIN ROAD WIDENING MTG. 1 1 /OW96 DEPT. HD. TITLE: CITY MGR 4“ J AWARD OF CONSTRUCTION CONTRACT PROJECT NO. 3466 RECOMMENDED ACTION: Adopt Resolution No. 4&3?% accepting bids and awarding a contract for the Olivenhain Road from El Camino Real to Rancho Ponderosa Subdivision, Project No. I ITEM EXPLANATION: On July 23, 1996, the City Council approved the plans and specifications for the Olivenhain Road, Project No. 3466, and directed the City Clerk to advertise for const On October 3, 1996, the following seven (7) sealed bids were received: I. Sierra Pacific West, Inc. $1,705,364 2. Daley Corporation 1,953,443 3. Notion Construction 1,954,553 4. R.E. Hazard 1,969,497 5. Granite Construction 2,077,077 6. Castello, Inc. 2,168,542 7. Carolyn E. Sheidel 2,270,609 ENGINEERS ESTIMATE $2,086,157 Bids for the project have been reviewed and analyzed. The lowest responsible bid Pacific West, Inc. at $1,705,364.50. Daley Corporation has protested Sierra Pacific West, Inc.’s bid, due to the fact that ! West, Inc. stated their bid prices in Arabic numerals only (not in words) for some of i (see attached Exhibit 3). The City requires the contractors to indicate their bid prices both in words and in nl Example below). The purpose of the above practice is to clarify the bidder‘s unit price: of errors in bid item totals when quantities and unit prices are multiplied. Description Quantity Unit Prices Total 6-inch Type “A” AC dike at 73 LF 12.00 876.( Dollars per Linear Foot The Notice inviting Bids to the contractor, which is a part of the contract documents si “The City of Carlsbad reserves the right to reject any or all bids and to waive any minor informality in such bids.” Staff carefully reviewed their bid and unit prices and found a negligible $4.49 mathem; the total bid of $1,705,364.50 which did not make the bid materially different than ir ambiguities existed in the bid which would have been clarified by listing all of the L words. ~ 0 e Page 2 of Agenda Bill No. 1 5 888 Given the lack of ambiguity in the Sierra Pacific West, Inc.’s bid, and the minor nature I bidding, it is staffs opinion that failure to list unit prices in words represents a minor in did not make a material difference in the bid or provide Sierra Pacific an unfair advanta minor irregularities, and award the contract to Sierra Pacific West, Inc. Construction will begin in November 1996 and is scheduled to be completed within days. bidders. Staff, therefore, recommends that the Council reject Daley Corporation’s prote ENVIRONMENTAL COMPLIANCE: On January 21, 1992, Carlsbad adopted Resolution No. 92-27 recommending tha Encinitas approve final certification of the Environmental Impact Report for this March 1 I, 1992, the City Council of the City of Encinitas adopted Resolution No. 92- alignment no. 2 and certifymg the EIR for the widening of Olivenhain Road. The ( secured U.S. Army Corps of Engineers and State Fish & Game permits. These permits based on the requirements of the certified EIR and road alignment alternative II. As i permits, the City will install mitigation planting adjacent to the detention basin just Olivenhain Municipal Water District yard. GENERAL PLAN CONSISTENCY: At their meeting on June 1, 1994, the City Planning Commission adopted Resoluti making findings of General Plan Consistency for the project. FISCAL IMPACT: The total construction costs of this project is estimated at $2,131,730.95 which includ for utilities relocation and construction of a detention basin as follows: 1. Design 2. 30 HPG Relocation 3. 10 SFPP Fuel Line Relocation 4. Underground Utilities 5. Right-of-way Acquisition SUBTOTAL $250,000 532 , 000 86,000 435,000 200,000 $1,503,000 Construction $1,705,364 Construction Contingency (15%) 255,804 Project Administration & Inspection (10%) 170,536 SUBTOTAL $2,131,704 TOTAL $3,634,704 This project will be funded equally by the City of Encinitas and the proposed R: Fe/Olivenhain Road Community Facilities District (CFD) No. 2. Carlsbad has approprial from PFF funds to cover the City’s share of the traffic signal costs. 0 0 Page 3 of Agenda Bill No. ggz The City of Carlsbad has received and appropriated $3,710,000 from the following sc 1. CFD No. 2 $1,500,000 2. City of Encinitas (50% of project cost) $1,800,000 3. Transportation Development Act (TDA) for bicycle lane $ 270,000 4. Traffic signal (PFF) $ 140,000 TOTAL $3,710,000 TOTAL PROJECT COST TOTAL APPROPRIATION $3,634,704 $3,710,000 FUND BALANCE $75,296 EXHIBITS: 1. Location Map. 2. Adopt Resolution No. 9b-372. accepting bids and awarding a contract for of Olivenhain Road from El Camino Real to Rancho Ponderosa Subdivi: No. 3466. 3. Daley Corporation Bid Protest dated October 7, 1996. L q f cl 2 L 0 !i 0 E 2 Q (0 8 2 s 0 ti 2 Lu (3 Lu 4 n -5 2 Z 0 + -5 c) 0 I - Lab 3Lu4 II I- L4fn 2 r 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 e 0 ~ RESOLUTION NO. 96-372 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AWARDING A CONTRACT FOR THE CONSTRUCTION OF OLIVENHAIN ROAD WIDENING, PROJECT NO. 3466. WHEREAS, the City Council of the City of Carlsbad, California has de necessary, desirable, and in the public interest to award a contract for the con Olivenhain Road; and WHEREAS, seven (7) sealed bids were received on October 3, 1996 for thc WHEREAS, the lowest responsive, responsible bid for the project was SI Sierra Pacific West, Inc., in the amount of $1,705,364.50; and WHEREAS, Sierra Pacific West, Inc., failed to complete portions of the t indicating unit prices in words; and WHEREAS, Daley Corporation by letter of October 7, 1996 filed a bid prot City Engineer challenoing the responsiveness of the Sierra Pacific West, Inc.’s bid list unit prices in words; and WHEREAS, the City staff has analyzed the Sierra Pacific West, Inc.’s bid ambiguities impacting their status as the lowest responsible bidder; and WHEREAS, the City of Carlsbad reserves the right in the contract documel any minor irregularity or informality in the bids. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City California, as follows: 1. That the above recitations are true and correct. 2. That the Council finds that the low bidder, Sierra Pacific West, Inc complete bid proposal unit prices in words has no material impact on their status a: 3. That the failure to complete the bid proposal bid items in words represt bid irregularity that did not provide Sierra Pacific West, Inc., an unfair advantag1 ~ bidders. I ill I/ 0 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2a 4. That the City Council hereby waives any bid irregularity and rejects the t submitted by the Daley Corporation. 5. That the low bid submitted by Sierra Pacific West, Inc., in the : $1,705,364.50, is hereby accepted and the Mayor is hereby authorized to execute a c behalf of the City for the construction of Olivenhain Road Widening. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad C held on the 5 th day of NOVEMBER , 1996 by the following vote, to wit: AYES: Council Members Lewis, Nygaard, Kulchin, Finnila, Hall NOES: None ABSENT: None ATTEST: &w4/ KAREN R. KUNDTZ, ssistant City Clerk (SEAL) c .’ 1 0 e S ”- Exhibit ” ” “ General Engineering Corpo/ Contractor License No. L Daley Corporation ~ . . I ”..“..“I z - .- ”~ ~. -._ i, ,.. ,“2 : ‘ ’ ’ .’ 7220 Trade Street, Suitc -. <..,- ~ ’?-, ;;:: _-L q- a k. San Diego, California 92121 - OCT 0 8 1996 619/537. Post Office Box 60 San Uiego, California 92160. FAX: 6 19 / 537. Oct. 7, 1996 ENGINEERING C ZPARTMENT Mr. Lloyd Hubbs, PE City Engineer City of Carlsbad Dept. of Public Works 1200 Carlsbad Village Drive Carlsbad, Ca. 92008 SUBJECT: BID PROTEST - OLIVENHAIN ROAD WIDENING CONTRACT NO. 3466 BID DATE: Oct. 3,1996 Dear Mr. Hubbs: As you are aware, Daley Corporation was the second bidder on the above referrenced project which bid last Thursday. Based on our understanding of the City’s position regarding a non-responsive bid, it has come to our attention after having inspected the bid documents of the low bidder, Sierra Pacific West, that they did not complete the bid documents as required by the Special Provisions and should thereby be deemed non- responsive. Page 3 of the Contract Documents and Special Provisions clearly states the following: “All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor,” * 5 e . 0‘ Our review of the bid documents has determined that the following unit prices which were to be “written in words” were not legible. Specifically, Items 2,3,4,5,6,7, 8, 24,25,26,27,28,29,30,31,32,33,34,35,47,48,49,50,51,52,53,54,55,56,57,58, 59,60,61,62,63,64,65,66,67,68,70 & 71 on Schedule 1. In addition, “no written words” were included for the following bid items: 9, 10 & 1 1 of Schedule 1 and 2- 1,2-2,2-3,2-4 and 2-5 of Schedule 2. Lastly, “White Out” correction fluid was used on Schedule 2 rather than being crossed out and written in with ink after being initialled by an authorized person. Based upon the above mentioned issues, we are requesting that you deem Sierra Pacific West’s bid to be non-responsive in accordance with the contract documents. This letter will serve as a formal letter of protest fiom Daley Corporation in the award of this project to Sierra Pacific West. Please respond at your earliest convenience. Sincerely, OJ& Daniel C. Palmer Chief Estimator cc: Ruth Fletcher Purchasing Officer Davide Golia Marks & Golia, LLP Attorneys at Law