Loading...
HomeMy WebLinkAbout2017-12-12; Municipal Water District; ; Adopt a Resolution accepting bids and awarding a contract to AMP United LLC for the construction of the C and D3 Steel Water Tanks Coating and Structural Repairs, Project No. 5024Fiscal Analysis As shown in the table below, the estimated total Project cost of $1,695,645 includes the following: construction contract; construction management and inspection; engineering support for contractor shop drawings, requests for information and meetings; and community outreach. A contingency of approximately 15 percent for the construction contract has been included to address unforeseen costs related to unknown structural conditions of the tanks. The existing structural condition of the tanks will be fully determined only after the tanks are drained and removed from service, making access to the interior structure possible. A summary of available funds and estimated construction costs are shown in the table below: RESERVOIR REPAIR AND MAINTENANCE PROGRAM, CIP NO. 5024 Current Appropriation $5,650,000 Current Expenditures/Encumbrances $2,379,358 TOTAL AVAILABLE DISTRIBUTION RESERVOIR REPAIR AND MAINTENANCE $3,270,642 PROGRAM, CIP NO. 5024 C AND 03 STEEL WATER TANKS COATING AND STRUCTURAL REPAIRS, PROJECT NO. 5024 Construction Contract $1,248,385 Construction Contingency (Estimated) $187,260 Construction Management, Inspection, and Material Testing (Estimated) $225,000 TOTAL ESTIMATED CONSTRUCTION COSTS $1,660,645 ENGINEERING AND ADMINISTRATIVE SUPPORT (ESTIMATED} $35,000 TOTAL ESTIMATED PROJECT COSTS $1,695,645 REMAINING BALANCE AFTER PROJECT NO. 5024 $1,574,997 ADDITIONAL APPROPRIATION NEEDED $0 Next Steps Once awarded, staff will provide the contract to AMP United LLC for their execution and request that AMP United LLC provide the required bonds and proof of insurance. Once this task is complete, staff will schedule a pre-construction meeting with AMP United LLC and a Notice- to-Proceed will be issued. The duration of the construction contract is 66 working days, exclusive of weather-related events and change orders that may extend the contract duration. Upon the successful completion of the Project, staff will request that the executive manager accept the construction of the Project, and direct the secretary to the Board to record a Notice of Completion and to release bonds. Environmental Evaluation (CEQA) The Project is exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Section 15301(b) -Repair and minor alteration of existing structures or facilities, including public utility services, involving negligible or no expansion of use. December 12, 2017 Item #7 Page 3 of 7 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 construction, the public will be notified of the construction activities using media methods such as signage, email, website, and other city communication channels. The construction contractor will also be required to notify the public of construction activit ies via changeable message signs, door hangers, letters to residents, and/or "NO PARKING" signs, as applicable. Exhibits 1. Resolution accepting bids and awarding a contract to AMP United LLC for the construction of the C and D3 Steel Water Tanks Coating and Structural Repairs, Project No. 5024. 2. Location Map. 3. Contract is on file with the Carlsbad Municipal Water District. December 12, 2017 Item #7 Page 4 of 7 RESOLUTION NO. 1588 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT BOARD (CMWD), ACCEPTING BIDS AND AWARDING A CONTRACT TO AMP UNITED LLC FOR THE CONSTRUCTION OF THE C AND 03 STEEL WATER TANKS COATING AND STRUCTURAL REPAIRS, PROJECT NO. 5024. EXHIBIT 1 WHEREAS, the Carlsbad Municipal Water District {CMWD) Board of the City of Carlsbad, California has determined it necessary, desirable, and in the public interest to install new coatings to the interior and exteriors of the C and 03 water tanks along with structural repairs; and WHEREAS, on Aug. 22, 2017, through the adoption of Resolution No. 1582, the CMWD Board approved plans and specifications, and authorized the secretary to the Board to advertise to receive bids for the C and D3 Steel Water Tanks Coating and Structural Repairs, Project No. 5024 {Project); and WHEREAS, five sealed bids were received on Oct. 24, 2017, by CMWD, for the construction of this Project; and WHEREAS, the lowest responsible and responsive bid was submitted by AMP United LLC in the amount of $1,248,385; and WHEREAS, AMP United LLC made a calculation error in Bid Item No. 8-11 where the unit price entered was $320, the quantity was 40 and the product total bid amount entered for the bid item was $3,840 when the calculated total bid amount should be $12,800. AMP United LLC was provided the opportunity to withdraw their bid per Public Contract Code Section 5103(b) which allows the bidder the option to withdraw the bid due to the mistake. AMP United LLC opted not to withdraw the bid, therefore the total bid amount of $3,840 will be used by the city for the total contract price of Bid Item No. 8-11; and WHEREAS, the calculation error of Bid Item No. B-11 has been determined to be a minor irregularity; and WHEREAS, sufficient funds exist in the Reservoir Repair and Maintenance Program, CIP No. 5024, for the completion of this Project; and December 12, 2017 Item #7 Page 5 of 7 EXHIBIT 1 WHEREAS, the Project is exempt from CEQA per State CEQA Guidelines Section 15301(b) - repair and minor alteration of existing facilities, including public utility services, involving negligible or no expansion. NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the minor irregularity in the bid submitted by AMP United LLC, with the miscalculation of Bid Item No. B-11, is hereby waived under Carlsbad Municipal Code section 3.28.080(G)(3). 3. That the bid in the amount of $1,248,385 submitted by AMP United LLC for construction of the Project, is accepted and the president of the Board is hereby authorized to execute a contract with AMP United LLC. 4. That the executive manager or designee is hereby authorized to approve construction change orders up to $187,260. 5. That the award of this contract is contingent upon AMP United LLC Construction, executing the required contract and submitting the required bonds and insurance policies, as described in the contract, within 20 days of adoption of this Resolution. The executive manager may grant reasonable extensions of time. PASSED, APPROVED AND ADOPTED at a Special Meeting of the Carlsbad Municipal Water District Board of the City of Carlsbad on the 12th day of December, 2017, by the following vote, to wit: AYES: NOES: ABSENT: M. Hall, K. Blackburn, M. Schumacher, C. Schumacher, M. Packard. None. None. MA HALL, PRE DENT \ hmo.AO khiL~tr- BARBARA ENGLESON, SECRETARY (SEAL) December 12, 2017 Item #7 Page 6 of 7