Loading...
HomeMy WebLinkAbout2018-06-12; City Council; ; Accept bids and award a contract to K.C. Equipment, Inc. for an amount not to exceed $498,828 for the construction of the 2018 Concrete Replacement.Staff has completed reviewing the contract documents and found that K.C. Equipment, Inc. is the lowest responsive and responsible bidder. The contractor's bid is responsive as it meets the requirements of the bidding documents. The bidder is also deemed responsible as they submitted a list of similar projects to show their capability and qualification to perform the specified work. The contract for construction contains general performance standards and references technical specifications, which if not met, allow the city to withhold payment, and includes a one-year warranty period . The second lowest bidder, Ramona Paving & Construction Corp. submitted a bid protest on the basis that the lowest bidder K.C. Equipment, Inc. did not have the "technical ability and experience". Staff verified the lowest bidder's technical ability and experience, and still intend to award the Project to K.C. Equipment, Inc. The bid protest letter and staff's response is attached in Exhibit 2. Fiscal Analysis There are sufficient funds available in the Program to complete the Project. The source of funding for the Program is Gas Tax Funds. The available funds and estimated construction costs for the Project are shown in the following table: ·-· CONCRETE REPAIR PROGRAM, CIP NO. 6013 Current Appropriation -Concrete Repair Program, CIP No. 6013 $917,905 Current Year Expenditures/Encumbrances -Concrete Repair Program, $185,611 CIP No. 6013 TOTAL AVAILABLE CONCRETE REPAIR PROGRAM, CIP NO. 6013 $732,294 2018 CONCRETE REPLACEMENT, PROJECT NO. 6013-18 .- Construction Contract $498,828 Construction Contingency $75,000 Construction Management, Inspection, and Testing $75,000 TOTAL ESTIMATED CONSTRUCTION COSTS $648,828 REMAINING BALANCE AFTER PROJECT $83,466 ADDITIONAL APPROPRIATION NEEDED $0 Next Steps Once contract documents are fully executed and a purchase order is issued, staff will schedule a pre-construction meeting with the contractor, and issue a notice to proceed with the construction of the Project. The Project is tentatively scheduled to start construction this summer and the contract provides four months to construct the Project improvements. Environmental Evaluation (CEQA) The Project is exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Section 15301(c) -minor alteration of existing facilities including streets, sidewalks, gutters, and similar facilities involving negligible or no expansion. Public Notification This item was noticed in accordance with the Ralph M. Brown Act and was available for public viewing and review at least 72 hours prior to the scheduled meeting date. Prior to the start of June 12, 2018 Item #9 Page 2 of 7 construction the public will be notified of the construction activities using media methods such as signage, email, website, and other city communication channels. Exhibits 1. City Council Resolution. 2. Letter of Protest and staff response. June 12, 2018 Item #9 Page 3 of 7 RESOLUTION NO. 2018-090 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING BIDS AND AWARDING A CONTRACT TO K.C. EQUIPMENT, INC. FOR AN AMOUNT NOT TO EXCEED $498,828 FOR THE CONSTRUCTION OF THE 2018 CONCRETE REPLACEMENT, PROJECT NO. 6013-18. Exhibit 1 WHEREAS, the City Council of the City of Carlsbad, California has determined it necessary, desirable, and in the public interest to replace damaged and unusable concrete in accordance with the city's Concrete Repair Program (Program); and WHEREAS, on March 27, 2018, the City Council adopted Resolution No. 2018-044 approving plans and specifications and authorizing the advertisement for bids for the construction of the 2018 Concrete Replacement, Project No. 6013-18 (Project); and WHEREAS, five sealed bids were received on May 1, 2018 for the construction of the Project; and WHEREAS, the lowest responsive and responsible bid was submitted by K.C. Equipment, Inc. in the amount of $498,828; and WHEREAS, there are sufficient Program funds available to complete the Project; and WHEREAS, subsection 3.28.040(C)(S) and 3.28.090(B) of the Carlsbad Municipal Code authorizes the city manager to approve change orders in the amount equal to the contingency set at the time of Project award. 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 low bid of $498,828 submitted by K.C. Equipment, Inc. for the construction of the 2018 Concrete Replacement, Project No. 6013-18, is accepted and the mayor is hereby authorized to execute a contract for the Project. 3. That the city manager or designee is hereby authorized to approve construction change orders up to $75,000. 4. That the award of this contract is contingent upon K.C. Equipment, Inc. executing the required contract and submitting the required bonds and insurance policies, as June 12, 2018 Item #9 Page 4 of 7 described in the contract, within 20 days of adoption of this Resolution. The city manager may grant reasonable extensions of time. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 12th day of June, 2018, by the following vote, to wit: AYES: M. Hall, K. Blackburn, M. Schumacher, C. Schumacher. NOES: None. ABSENT: M. Packard. (SEAL) June 12, 2018 Item #9 Page 5 of 7