Loading...
HomeMy WebLinkAbout2000-06-06; City Council; 15754; Foxes Landing Sewer Lift Station Upgrade. 4B# 15,754 MTG. 6/06/00 IEPT. ENG / Cl-: OF CARLSBAD - AGENDA :LL 5 TITLE- -’ AWARD OF CONSTRUCTION CONTRACT FOR FOXES LANDING SEWER LIFT STATION UPGRADE CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 RECOMMENDED ACTION: Adopt Resolution No. do@) - 167 f or award of construction contract for Foxes Landing Sewer Lift Station Upgrade, CMWD Project No. 98-407, Contract No. 36561. ITEM EXPLANATION: On March 7, 2000, the City Council adopted Resolution No. 2000-77 authorizing the advertisement of bids for the Foxes Landing Sewer Lift Station Upgrade, CMWD Project No. 98-407, Contract No. 36561. The Foxes Landing Sewer Lift Station was built in 1962. The lift station will be upgraded to bring the electrical, instrumentation and controls and ventilation systems into compliance with current codes and standards. The upgrade will include three new pumps, an odor control system and a control building. Presently, the maximum flow into the station is 1500 gallons per minute (gpm) and the station has only 1 pump of that capacity. Under the upgrade, three pumps, each with 1500 gpm capacity are being installed for pumping system redundancy. New features will be added, such as controls and alarm equipment, will make the lift station more reliable. Also, the lift station is being converted, from 230 to 480 volt power that will result in less energy consumption. The lift station site is shown on Exhibit 1. In accordance with Section 3.28.080 of the Municipal Code, an invitation to Bid was published. The bidders were asked to bid on the following nine items (detailed in the Exhibit 3, “Schedule A” of the Contract Documents): Bidders were advised that the contract would be awarded to the bidder with the lowest sum of the bids for Items A-l through A-8 only. Item No. A-9 requires a specific odor control system for this project and was excluded from the total sum of each bid to provide better control of the construction and installation costs. Nine (9) sealed bids were received on April 20, 2000 as follows: 7. HPS Plumbing Services 8. Wier Construction Corporation 9. Scheidel Contracting & Engineering $ 1,251,144 $ 139,036 $ 1,390,j80 $1,301,276 $ 194,157 $ 1,495,433 $1,367,500 $ 175,000 $1,542,500 . Page 2 of Agenda Bill No. 2; 7s L/ Falcon General Engineering, Inc., was determined to be the lowest responsive bidder for Items No. A-l to A-8. They were also the lowest bid overall, including Item No. A-9. SCW Contracting Corporation filed a letter of protest dated April 21, 2000, stating that Falcon General Engineering, Inc., had an unfair advantage by not listing a subcontractor for Item No. A-5. They also challenged that Falcon General Engineering, Inc., who has a valid “A license, cannot perform the electrical work because they do not posses a “C-10” specialty license for electrical construction. The Engineering Department contacted the California Contractors State License Board (CSLB) for an interpretation. Copies of Exhibit 3 were provided to the CSLB. The CSLB replied stating that a prime contractor with a valid “A” license does not need a “C-10” license for electrical contractors and is authorized to perform the work indicated as Item No. A-5. The Engineering Department also contacted references listed by Falcon General Engineering, Inc., and has determined that they are capable and performed well on electrical work of similar nature. Construction is anticipated to require approximately two hundred seventy (270) calendar days from the date of issuance of the Notice to Proceed to the contractor. Staff recommends that Falcon General Engineering, Inc., be awarded the contract as the most responsive bidder. FISCAL IMPACT: The distribution of City appropriation of fund for design and construction costs of the sewer lift station upgrade is as follows: Design $134,765 Construction Cost $1,078,333 Inspection, Administration and Contingencies $299,000 TOTAL ESTIMATED PROJECT COSTS $I,51 2,098 Appropriation Available $2,065,000 ADDITIONAL APPROPRIATION $0 Sewer replacement funds for this project are appropriated in the 1999-2000 Capital Improvement Program. EXHIBITS: 1. 2. Location Map. Resolution No. dO00 -/b 9 for award of construction contract for Foxes Landing Sewer Lift Station Upgrade, CMWD Project No. 98-407, Contract No. 36561. 3. “Schedule A” of the Contract Documents PROJECT NAME FOXES LANDING SEWER LIFT STATION UPGRADE By: SCOTT tVANS, CARLSBAO ENGlNttHlNG DEPT 5/4/OtJ PROJECT EXHIBIT NUMBER 36561 I C. \CAPITAL \OCCIAN0\3651 3 1 2 3 4 5 6 7 6 9 10 11 12 13 14 15 16 17 16 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 2ooo-16g A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AWARDING A CONSTRUCTION CONTRACT FOR FOXES LANDING SEWER LIFT STATION UPGRADE, CMWD PROJECT NO. 98-407. CONTRACT NO. 36561. WHEREAS, the City Council of the City of Carlsbad, California, has previously authorized the advertisement for bids for the Foxes Landing Sewer Lift Station Upgrade, CMWD Project 98-407, Contract 36561; and WHEREAS, nine (9) sealed bids were received April 20,2000, for said project; and WHEREAS, bid documents received from all bidders have been reviewed in detail and the City Council does hereby find the lowest responsive, responsible bid received for the construction of said project, including the odor control facilities, was submitted by Falcon General Engineering, Inc., in the amount of $1,078,333; and WHEREAS, the lift station upgrade is required to bring the electrical, instrumentation and controls, and ventilation systems into compliance with current codes and standards; and NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the total bid amount, including construction and installation of the odor control system, of $1,078,333 submitted by Falcon General Engineering is hereby accepted, and the Mayor is hereby authorized and directed to execute the agreement, therefore, a copy of which is on file in the Office of the City Clerk. 3. That the total project cost is $1,512,098 including $433,765 for design, inspection, administration, and contingencies during construction and there are sufficient funds appropriated for the project. Ill Ill Ill 1 2 3 4 5 6 7 8 9 10 11 12 16 17 18 19 20 21 22 23 24 25 26 27 26 4. That the City Manager is hereby authorized to approve construction change brders up to $162,000. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council leld ‘on the 6th day of June # 2000 by the following vote, to lit: AYES: Council Members Lewis, Hall, Finnila, Nygaard and .Kulchin iTTEST: 4w EXHIBIT 3 I CITY OF CARLSBAD CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 FOXES LANDING SEWER LIFT STATION UPGRADE CONTRACTOR’S PROPOSAL I City Council City of Carlsbad.. 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: SCHEDULE A: FOXES LANDING SEWER LIFT STATION UPGRADE Item No. Description Approximate Quantity and Unit Unit Price Total A-l Mobilization and preparatory work at a lump sum amount not to exceed Fifty Thousand Dollars (Lump Sum) LS N/A $ A-2 Furnish trench protection (shoring or sloping) in accordance with CAL OSHA Standards for all trenches greater than 5’ in depth as required bY the Supplemental Provisions LS N/A $ fn/ctn rMwn PnnlFrTNn a12dun C~MTRACT run maxi Dsna Q nf QR Danar - .$ p. ‘:. :; .A:, >#:; ’ ?f; Ld: $k’ c& ‘,<’ 11 A,: 1. &. !;,I Bji f$-: , ‘;;K”,< , ,,’ ?,” i 5, {,:$“’ p .’ 3 ?& ,( ‘: ; r .y __ .. ” 6t7lM1 tYulWD PROIFfY NO RR-Afl7 CtnNTRACT NO RR!=iRl Dsxna in a* ec Dr--r Item No, Descriotion A-3 Lift Station equipment modifications, induding demolition of existing facilities, temporary bypass pumping; three dry pit submersible non-dog pumping units, pump lifting equipment, comminutors, sump pump, emergency standby diesel engine generator, piping, fittings, valves, couplings, supports, and appurtenances. A-4 Lift Station ventilation system modifications, including demolition of existing facilities, supply and exhaust fans. A-5 Lift Station electrical work, including demolition of existing facilities, new electrical service, automatic transfer switch, variable frequency drives, motor control center, controls, instrumentation, electrical connections, lighting, conduit and conductors, and appurtenances.* A-6 Lift Station structure modifications, including concrete removal, concrete placement, concrete repair, equipment hatches, doors, structural steel, grating, and appurtenances. A-7 Lift Station site modifications, including below grade piping, connections to existing piping, flow meter vault, manhole connection, Approximate Quantity and Unit LS Unit Price N/A Total $ LS LS LS LS N/A $ $ $ $ 7 - . masonry wall, site fencing, grading, paving, landscaping, and appurtenances. Item No. Description Approximate Quantity Unit and Unit Price Total A-8 Construct new control building, including ventilation system, lighting, and appurtenances. LS NIA $ A-9 (Optional) Construct odor scrubber, ducting, and appurtenances. LS N/A $ *Asterisk indicates that the item is a specialty item ds listed in the ‘Guide for Completing the Designation of Subcontractors and Amount of Subcontractor’s Bid and Designation of Owner Operator/Lessor and Amount of Owner Operator/Lessor WorX Total n. 8. amount of bid in words for Schedule “A-l through A- Total “. 9. amount of bid in words for Schedule “A- Total 1). 9. amount of bid in words for Schedule “A-l through A- Total amount of bid in numbers for Schedule’A-1 through A-8”: $ Total amount of bid in numbers for Schedule “A-9”: $ Total amount of bid in numbers for Schedule”A-1 through A-9”: $ The basis of award will be the sum of Schedule “A-l through A-8”-. Price(s) given above are firm for 90 days after date of bid opening. t3 ’ cv7ma rrmrdn tmn IrrT hm a~-~n7 rnkrroArT hln -2ccci ‘i;ib* i : , $a.?‘.~~ ; ‘, ,Addendum(a) No(s). has/have been received and is/are included in this proposal. -:. i,),i : : The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omissi,on on the part .of the Undersigned in preparing this bid. I The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number , classification which expires on : i t a- and that this statement is true and correct and has the legal effect of an affidavit. (! _ ‘A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City .,$7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code Q 20104. T.he Undersigned bidder hereby represents as follows: I. That no Council member, officer agent, or employee of the City of Carlsbad is personally ;fnterested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and . 2, That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. this proposal is (Cash, Certified Check, Bond or ck) for ten percent (1 O%),of the amount bid. ndersigned is aware of the provisions of section 3700 of the Labor Code which requires every insured against liability for workers’ compensation or to undertake self-insurance in ith the provisions of that code, and agrees to comply with such provisions before e performance of the work of this Contract and continue to comply until the contract is rsigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative prevailing rate of wages for each craft or type of worker needed to execute the d agrees to comply with its provisions. 4 CMWD PROJECT NO. 98-407. CONTRACT NO. 36561 Paae 12 of 86 Paoes IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE (1) .Name under which business is conducted ,, , . (2) Signature (given and surname and character of ‘partner) (Note: Signature must be made .by a : general partner) . (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE (1) Name under which business is conducted (Signature) (Title) Impress Corporate Seal here . 10 (3) Incorporated under the laws of the State of (4) Place of Business (Street and Number) City-and State I (5) Zip Code Telephone No. NOTARIAL ACKNbWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, ifa corpor&tioh; if a partnership, list names of all generakpartners, and managing partners: pi ?a! b.7 I( ,,-+ I:. I I I I I I I I