Loading...
HomeMy WebLinkAbout2019-06-11; Public Financing Authority; ; Rejection of all bids received for The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment ProjectPUBLIC FINANCING AUTHORITY Staff Report Meeting Date: To: From: Staff Contact: June 11, 2019 Chair and Board Members Scott Chadwick, City Manager Kyle Lancaster, Interim Parks & Recreation Director kyle.lancaster@carlsbadca.gov or 760-434-2941 CA Review ~ Subject: Rejection of all bids received for The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Project Recommended Action Adopt a Resolution rejecting all bids received for The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Project {Contract No. PWS 19-690 PKS). Executive Summary The existing liners in two engineered lakes at The Crossings at Carlsbad Municipal Golf Course (Golf Course) are leaking and need to be replaced. This project is to install new, high quality geomembrane liners, and concrete aprons -at the edge of the lakes, which secure the liners. On March 12, 2019, the Carlsbad Public Financing {Authority) approved the contract documents, plans and specifications for The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Project {Contract No. PWS 19-690 PKS), and authorized the City Clerk to advertise the project for public bids (Resolution No. 77). On April 23, 2019, three sealed bids for the project were received. Following a detailed review of the bids received, staff is recommending the two lowest bids be rejected due to errors that constitute material deviations. Staff is recommending the third bid also be rejected, as a matter of budgetary discretion. Staff is thus recommending the Authority reject all bids received, consistent with Carlsbad Municipal Code section 3.28.080{G)(3). Discussion Two engineered lakes are part of the original design of the Golf Course, which opened in the summer of 2007. The larger, centrally located lake, has a size of approximately 2.6 acres, and a capacity of approximately 7.6 million gallons of recycled water. This lake serves as the Golf Course's primary irrigation source. The second lake has a size of approximately .8 acre, and a capacity of approximately 1.45 million gallons of recycled water. It consists of a two-level, decorative waterfall feature, which is visible from the intersection of College Boulevard and Palomar Airport Road. The existing liner in each lake is over 11 years old and needs to be replaced due to splits in several locations, causing the loss of water, and the sedimentation of the lakes. The existing liners have surpassed their ten-year warranty period, and their expected useful life. This refurbishment project includes removal of the existing lake liner; minor re-grading and re- June 11, 2019 Item #7 Page 1 of 6 compaction of the subsurface; removal of the aquatic planter shelves; minor repairs of the shoreline; installation of high-quality geomembrane liner and the pouring of a concrete apron at the edge of each lake to secure the liner in place. The geomembrane liner specified is a heavyweight, 30-millimeter, reinforced polyethylene product. On March 12, 2019, the Authority approved the contract documents, plans and specifications for The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Project (Contract No. PWS 19-690 PKS), and authorized the City Clerk to advertise the project for public bids. On March 13, 2019, the project was advertised for bids, and on March 28, 2019, a mandatory pre- bid meeting/tour was held at the project site. On April 23, three sealed bids for the construction of the project were received. The bid amounts are reflected in the table below. BIDDER BID AMOUNT Performance Plumbing & Mechanical, Inc. $617,928.00 Dick Miller, Inc. $631,165.12 Whillock Contracting, Inc. $909,891.60 Following a detailed review of the bids received, staff determined that the bid from Performance Plumbing & Mechanical, Inc. (Performance Plumbing), and the bid from Dick Miller, Inc. (Dick Miller), were non-responsive due to errors. Staff's opinion is the errors are not minor irregularities which the Authority could consider waiving. Rather, staff's opinion is that the errors constitute material deviations -i.e., deviations that could have affected the amount of the bidder's bid or given the bidder an advantage or benefit not provided to other bidders. The attached bid review summary provides descriptions of the errors contained within the Performance Plumbing bid and the errors contained within the Dick Miller bid, and the reasons for staff's opinion that the errors constitute material deviations (Exhibit 2). Staff is therefore recommending the Authority reject the bids from Performance Plumbing and Dick Miller. The bid from Willock Contracting, Inc. (Willock Contracting) was $386,266 higher than the engineer's construction estimate, and $291,963 and $278,726 higher than the bids of Performance Plumbing and Dick Miller, respectively, for construction of the project. In deference to budget discretion, staff is recommending the Authority also reject the bid of Willock Contracting. Fiscal Analysis The estimated construction cost for this project is $523,525. Sufficient funds to cover the estimated construction cost are available in the Golf Course Fund. A formal appropriation of funds will be requested when staff return to the Authority for award of a construction contract. Next Steps Staff will review the bidding provisions and forms for the projects, make any revisions that may reduce the potential for bidder errors/omissions, and re-advertise the projects for bids. The bid solicitation period will be at least 30 days. Staff will then evaluate the responsive bids received, and subsequently return to the Authority with a recommendation to award a construction contract. The project is expected to be completed within 90 days after the award of a construction contract. June 11, 2019 Item #7 Page 2 of 6 Environmental Evaluation (CEQA) This project has been determined to be exempt from environmental review per CEQA Guidelines Section 15301, restoration or rehabilitation of deteriorated or damaged structures, facilities, or mechanical equipment. 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. Exhibits 1. Authority Resolution 2. Bid Review Summary June 11, 2019 Item #7 Page 3 of 6 RESOLUTION NO. 78 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD PUBLIC FINANCING AUTHORITY REJECTING ALL BIDS RECEIVED FOR THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHMENT PROJECT (CONTRACT NO. PWS 19-690 PKS) EXHIBIT 1 WHEREAS, on March 12, 2019, the Carlsbad Public Financing Authority (Authority) approved the contract documents, plans and specifications for The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Project (Contract No. PWS 19-690 PKS), and authorized the City Clerk to advertise the project for public bids (Resolution No. 77); and WHEREAS, on April 23, 2019, three sealed bids for the project were received; and WHEREAS, staff is recommending the two lowest bids be rejected due to errors that constitute material deviations; and WHEREAS, staff is recommending the third bid also be rejected, as a matter of budgetary discretion; and WHEREAS, staff recommends the Authority resolve that it is desirable and in the public interest to reject all bids received, in accordance with the provisions of Carlsbad Municipal Code 3.28.080{G)(3). NOW, THEREFORE, BE IT RESOLVED by the Public Financing Authority Board of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. The bids received on April 23, 2019 for The Crossings at Carlsbad Municipal Golf Course Lake Refurbishment Project (Contract No. PWS 19-690 PKS) are rejected, in accordance with Carlsbad Municipal Code section 3.28.080 (G)(3). 3. The City Clerk is authorized to return to the respective bidders all bid bonds received. June 11, 2019 Item #7 Page 4 of 6 PASSED, APPROVED AND ADOPTED at a Special Meeting of the Public Financing Authority of the City of Carlsbad on the 11th day of June, 2019, by the following vote, to wit: AYES: NAYS: ABSENT: Hall, Blackburn, Bhat-Patel, Schumacher, Hamilton. None. None. J~J{fl£ \ BARBARA ENGLESON, Secretary (SEAL) June 11, 2019 Item #7 Page 5 of 6 THE CROSSINGS AT CARLSBAD MUNICIPAL GOLF COURSE LAKE REFURBISHME NT PROJECT BID REVIEW SUMMARY Contract No.: PWS 19-960 PKS Bid Open ing: April 23, 2019 Language from Notice Inviting Bids: UNIT PRICES AND COMPUTATION OF BIDS EXHIBIT 2 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. Bids Received: .. BIDDER BID AMOUNT Performance Plumbing & Mechanical, Inc. $617,928.00 Dick Miller, Inc. $631,165.12 Whillock Contracting, Inc. $909,891.60 Performance Plumbing & Mechanical, Inc. Bid Line Items Nos. A-9, A-10, A-12 : The bidder's extensions do not equal the unit price times the estimate quantity (this is the case when you use the unit price in words or dollars). Staff can't correct the extensions based on the language under "Unit Prices and Computation of Bids" under the Notice Inviting Bids. These are computational/arithmetic errors that are material in nature because they would be grounds for a mistaken bid under Public Contracting Code {PCC) section 5103. While the City has discretion to waive inconsequential errors, the city cannot waive these as such because the bidder is entitled to release its bid without forfeiture under the PCC, and therefore has an unfair advantage not available to other bidders. Dick Miller, Inc. Bid Line Item No. A-3: The bidder wrote "Ten-Thousand Dollars" in words, but inco rrectly listed $15,000 in total amount. Bid Line Item Nos. A-9 through A-13 and A-16: The bidder listed incorrect unit price in words (listed total extension price instead). Under "Unit Prices and Computation of Bids" in the Notice Inviting Bids, "in case of a discrepancy between words and figures, the words shall prevail." The incorrect unit prices in words is what staff must view as the bid "unit prices". The bid has computational/a rithmetic errors that are material in nature because they would be grounds for a mistaken bid under PCC section 5103. The city cannot waive these types of errors as inconsequential because the bidder is entitled to release its bid without forfeiture under the PCC, and therefore has an unfair advantage not available to other bidders. June 11, 2019 Item #7 Page 6 of 6