HomeMy WebLinkAboutReso 2014-139 RESOLUTION NO. 2014-li9
RESOLUTIOI�' OF THE CIT1' COUTCIL OF THE CITI' OF
CHULA VISTA ACCEPTIIvG BIDS. DECL.ARING THE
APPARE?�TT LOV�' BIDDER. FRA.\'K R SOI�' PAV'I?vG.INC. TO
BE NON-RESPONSIVE. WAIVII�G A Mii�'OR DEFECT IN
THE LOVd-EST RESPOI�'SIVE BID RECEIVED. AV�%ARDIIvG
THE CONTRACT FOR THE '`PAVEA�ErTT A7II�'OR
REH.ABILITATION F1'li/14 (RUBBERIZED PAVEMENT
GRANT PROGRAA4 — CHIP SEAL) (STL397)' PROJECT TO
COPP COt�'TRACTIIvG INCORPORATED II�' THE AMOUI�'T
OF �1.812.�72.00. REDUCIt�'G THE STL383 BUDGET BY
�434,098 AND APPROPRIATII�'G THE EQUNALEI�TT
AMOLT?�'T TO STL397. R'ATVING CITY COU?`'CIL POLICY
NO. �74-01 Al�'D AUTHORIZII`'G THE EXPENDITURE OF
ALL .AVAILABLE CONTINGENCl' FUI�iDS NOT TO E3�CEED
$271.88�.80
WHEREAS, Cit}� staff prepazed specifications for the "Pavement T4inor Rehabilitation
F1'li/1� (Rubberized Pavement Grant Program — Chip Seal) (STL397)" and ad��ertised the
project on April 18. 2014; and
R'HEREAS, on May 7; 2014, the Director oF Public Works Engineerine recei�ed six (6)
sealed bids for the project as follo���s:
CONTRACTOR SUBA4ITTAL RESULTS B1D TOTAL
SUBA'IITTED
Did not meet the required 40% of
1 Frank R Son Pa�ine, Inc. — ���ork to be performed b}� ��.6�2.�76.�0
Chula Vista. CA contractor. �0.40 math error.
Actual bid total is $1.6�2.>76.90
All requirements met but N�ith
COPP ContractinR, Inc. — mathematical error. Corrected bid
2 ` total is �16,972SO lo�i�er than �1,829_�44.�0
, Buena Park, CA submitted. Actual bid total is
�1.8125 72.00.
, TC Construction Co., Inc. — All requirements met �1,968,6�0.�0
Santee. CA
4 Pa��ement Coatings Co. — All requirements met �1,992,6�830
Jurupa Valle��, CA
� American Pavement S��stem. All requirements met �2,038:�46.�0
lnc. —Modesto. CA
Resolution No. 2014-1�9
Page No. 2 , .
CONTRACTOR SUBMITTAL RESULTS BID TOTAL
SUBMITTED
6 VSS lnternational — R'est All requirements met $2,224.120.00
Sacramento. CA
WHEREAS, Staff implemented a ]owered requirement of 40% prime contractor
participation using its own organization to perform the contract work for this pavement
rehabilitation project to attract additional bidders; and
WHEREAS, the appazent low bidder, Franl: & Son Paving Incorporated, submitted a bid
with only a 34.49% Contractor participation from their organization instead of the required 40%
minimum as outlined in Section 9, Subcontracting, of the Project Specification entitled '`Proposal
Requirements and Conditions; and
WHEREAS, Frank & Son Paving Incorporated provided additional material that
redistributed work on the bid items between their firm and the subcontractors. lt �i�as determined
that these additional submittals were changes to the bid, not corrections, and as such, in order to
preserve the integrit}� of the sealed bid process, should not be considered; instead the original bid
submission needed to be used to evaluate bid responsiveness; and
WHEREAS. on this basis, staff determined that the Frank R Son Paving Incorporated
apparent low bid was '`non-responsive" because it failed to meet the minimum 40% work
participation requirement cleazly spelled out in the bid specifications; and
WHEREAS, staff revie��ed the second low bid submitted by Copp Contracting Inc.
(`Copp ') and, with the exception of a mathematical error of $16,972.50 in favor of the Cih�;
determined that the Copp bid met all bid specifications and was responsive; and
WHEREAS, Copp has agreed to honor the conected bid price; and
WHEREAS, staff further determined that Copp is a responsible bidder with the licenses
and capacity necessar}� to perform the work, verified references and satisfactory ���ork
performance on previous Cit��projects: and
WHEREAS, the bid submitted by Copp is below the Engineer's estimate of$2,023,740
by $211,168 (or appro�imately 10.43% below the Engineer's estimate); and
WHEREAS. in consideration of the above, staff is recommendine the award of the
contract to Copp; and
WHEREAS. because Copp`s bid contained a defect, in order to award the contract to
Copp, pursuant to Cit}� Charter Section ]009, the City Council must hold a public hearina and
find that the �i-aiver is necessary for the benefit of the public; and
� Resolution No. 2014-li9
Pase ?vo. 3
V�'HEREAS. staff recommends that the Cin� Council mal:e this findine N�th respect to
Copp's bid because the defect is minor and inconsequential. and did not eive Copp an ad��antage
o��er other bidders: and �
VIHEREAS. a Citv Council w�ai��er of the defect on this basis would be consistent with
�ood purchasing practices. applicable case lati�; and staffs pattern and practice in this area; and
V�'HERE.AS. the total "Pavement Minor Rehabilitation Fiscal 1'ear 20li/2014
(Rubberized Pa��ement Grant Proeram — Chip Seal) (STL397)" project is anticipated to cost
�2.3�6343.60 includine ��43.771.60 for continsencies. staff time. material testine and other
cost: and � �
«'HEREAS, the follo�vine transfer is recommended in order to pro��ide sufficient funds
for construction costs associated ���ith this project; transfer �434,098 from STL383 to
STL397(Gas Ta� Funds): and
WHEREAS. under Council Polic�� No. �74-01. the Director of Public R'orks mav
appro��e a contract increase up to �1li:628.60. based upon the base contract amount It is
recommended that the Director of Public Works be authorized to approve chanee orders, as
necessary, up to the masimum 1�% continsenc�� amount of�271,88�.80, which is an increase of
�1�8.2�7.20 over Policv No. �74-01 in order to continue the project without dela}�.
NOA'. THEREFORE. BE IT RESOLVED that the Cit�� Council of the Citv of Chula
Vista does hereby accept bids for the "Pa��ement Minor Rehabilitation FY13/14 (Rubberized
Pavement Grant Proeram — Chip Seal) (STL397)" project. and declaze the apparent low bidder;
Franl: R Son Paving; Inc. to be non-responsi��e for failing to meet the 40% prime contractor
��ork participation requirement clearl�� spelled out in the bid specifications.
BE IT FURTHER RESOLVED. that the Cit�� Council of the Cit�� of Chula V'ista ha��ina
considered the recitals set forth abo��e: and the evidence presented in the documents and
testimon�� at the public hearing. finds that the error in the bid from Copp Contracting
[ncorporated is minor; inconsequential: and in favor of the Cit�� and that it is necessan� for the
public interest to wai��e the error and accept the bid.
BE IT FURTHER RESOLVED that the Citv Council of t6e Citv of Chula Vista does
hereb�� transfer and appropriate �434,098 from STL38� (Prop 42 Pa��ement Rehabilitation
F1'2011-12) to STL397 (Pavement n4inor Rehabilitation FYli/14) [o co��er the construction and
staff costs associated ���ith STL397 (Pa��ement A4inor Rehabilitation FI'li/14) ���ithin the Gas
Ta� Fund.
BE IT FURTHER RESOLVED that the Cit�� Council of the Citv of Chula Vista does
hereb}� aw�ard the contract for the "Pa��ement A4inor Rehabilitation FY13/1� (Rubberi2ed
Pavement Grant Program — Chip Seal) (STL397)" project to Copp Contracting Incorporated in
the amount of$1.812.�72.00. wai��e Citv Council Policv I�io. �74-01 and authorize the Director
of Public «'orks to spend all a��ailable contingencv funds in an amount not to exceed
�271.88�.80.
Resolution No. 2014-139 '
Pa�e No. 4
Presented by Approved as to form by
Richarc� . Ho �� GI . oogins �
Director of Pu�lu Works Cit � Atto y
PASSED, APPROVED. and ADOPTED by the City Council of the City of Chula Vista
California, this 8th day of Juh� 2014 by the following vote:
AYES: Councilmembers: Aguilar, Bensoussan, Ramirez, Salas and Cox
NAYS: Councilmembers: None
ABSENT: Councilmembers: None
Cheryl Cox, Mayo
ATTEST:
� � � �/'�
Donna R. Nonis,�City Clerk
STATE OF CALIFORNIA )
COUNTY OF SAN DIEGO )
CITY OF CHULA VISTA )
I, Donna R. Norris, City Clerk of Chula Vista, California, do hereby certify that the foregoine
Resolution No. 2014-139 was duly passed, approved, and adopted by the City Council at a
regular meeting of the Chula Vista City Council held on the 8th day of July 2014.
Executed this 8th dav of Juh� 2014.
/
Donna R. Norris, CMC, City Clerk