Loading...
HomeMy WebLinkAboutReso 2014-185 RESOLUTION NO. 2014-18� RESOLUTIOI�' OF THE CITY COUI�'CIL OF THE CITY OF CHliL.A VISTA ACCEPTII�'G BIDS: REJECTII�'G BIDS DECLARED NON-RESPOI�'SIVE: A�'ARDII`'G THE CONTRACT FOR THE '`PHASE 1 — VJILLOVd STREET BRIDGE REPLACEA4ENT (V�'ATER LII�TE RELOCATION) [CIP No. STL-384, FEDERAL PROJECT NO. BHLS-�203(016)]" PROJECT. INCLUDI\'G ADDITIVE AL7ERI�'ATE BID ITEn4S. TO TECHCOM II�TTERI�'ATIOI�'AL. CORPORATION II�' THE AMOUi�iT OF $3.�203�8.40: APPROPRIATII�TG $�34.900 OF NON-DEPARTMEI�'TAL CIP FUNDS BASED OI�' UI�'AlVTICIPATED REVENUE ASSOCIATED W1TH UTILITY AGREEMENT WTTH CITY OF SAN DIEGO TO CIP No. STL- 384: REDUCING THE BUDGET FOR CIP NO. STL-261 BY $�8.740 IN TRAI�'SPORTATIOI�' DEVELOPMENT IMPACT FEE FiJi�iDS (TDIF) AI�iD APPROPRIATING THE EQUIVALEI�tT AMOUNT TO CIP NO. STL-384; VdAIVII�'G CI7Y COUI�'CIL POLICY NO. �74-01: AI�'D AUTHORIZII�'G THE EXPEI�'DITURE OF ALL AVAILABLE CONTINGEI�'CY FUI�TDS II�' AI�' AMOUNT NOT TO EXCEED �3�6.388 R'HEREAS, bv Resolution No. 2014-140, on Jul}� 8, 2014, the Cit�� Council rejected the bid proposals recei��ed on May 21. 2014, for the Phase I — V�'illo�v Street Bridee Replacement (Water Line Relocation) [CIP No. STL-384, Federal Project No. BHLS-�203(016)] project (Project) due to various factors and directed the Director of Public Works to re-advertise the project; and �6'HEREAS, Ciri- staff re-advertised the Project on Julv 2�; 2014, and held a non- mandatory Pre-Bid A4eetine on August 14, 2014, to re��ie�v the project requirements and recei��e questions regardine the bid documents: and WHEREAS, the Director of Public �'�'orks received and opened three (3) bids from the Project re-advertisement on Aueust 27, 2014 as follo�+�s (listed in numerical order of responsive base bid amount): CONTRACTOR BASE BID ALT�EIRNMSE CAMOUNTT AMOUNT � TechCom Intemational. Corporation ��.�86,000 �.i4,3�8.40* ��.�20.3�8.40 (res onsive � (�1etro Builders 8 Engineers Group, Ltd. C��.8j9;.i lO � �SE,E2O* S2,945,930 (non-res onsive � GRFCO, lnc. �3,j9�,000 ��0.000* Si:62�;000 (non-res onsive) *Includes Additive Alternate Bid ltem No`s. 1. 2 and 9 onl��. Resolution No. 2014-18� Page No. 2 WHEREAS, staff thoroughl}� reviewed all of the bid proposals received and recommend that the apparent lo�� bidder (Metro Builders R Engineers Group, Ltd.) and third low bidder (GRFCO, Inc.) be declared non-responsive. Staff detemiined that their bid proposals failed to meet the Disadvantaged Business Enterprise (DBE) Goal and did not satisfactorily demonstrate a DBE Good Faith Effon.: and WHEREAS, staff determined the bid package submitted by TechCom Intemational, Corporation (second low bid) �+�as complete, N�ith no errors or oinissions; and WHEREAS, the lo�;�est responsi��e base bid amount submitted by TechCom International; Corporation is above the Engineer's estimate of $1,910,000 by $1,�76,000 (approximately 82.�1%); and WHEREAS, based on the base bid proposal amounts received from the re-advertisement, City staff has determined that the Engineer's Estimate still underestimated the actual construction costs of the Project and that the bid proposals received reflect the "true ` construction costs: and WHEREAS; Additive Alternate Bid Items were also induded in the bid proposal for the Project, but were not considered in determining the lowest responsive bidder. The Additive Alternate Bid Items to be included with the contract are for additional items related to the City of San Diego's water line betterments and maintenance of the stormwater Best Management Practices (BMP's) to overlap Phase II construction (Additive Alternate Bid Item No's. 1; 2 and 9); and WHEREAS, City staff checked the references that TechCom International, Corporation submitted; all references checked were verified and their work has been satisfactory; and WHEREAS, staff recommends a���arding a construction contract, �i�hich indudes Additive Altemate Bid Items, to TechCom International, Corporation in the amount of $3.�20.358.40: and WHEREAS, Utility Aereements, prepared in accordance with Federal procedures, betti�een the City and both �i-ater line utility oN�ners (Sweetwater Authority and City of San Diego) have been esecuted and approved by the City and Caltrans; said abreements outline the details/responsibilities between the City and the utility owners for the Project that indudes. but are not limited to; the follo���ing items: �vork to be done, liability of work, performance of work, and payment for work; and WHEREAS, the City of San Diego's Utility Agreement includes their obligation to pa}� for their requested water line betterments in the amount of�$534,900; and WHGREAS, in order to approve change orders as necessary to complete the project without delay, staff requests that City Council waive Council Policy No. 574-01 and increase the Director of Public Works' change order authority to $157,370; and authorize the expenditure of all available contingency funds in an amount not to exceed $35(,388; and Resolution No. 2014-18� Paee No. 3 WHEREAS, the follo���ine transfers and appropriations into CIP No. STL-384 are recommended to pro��ide sufficient funds for costs associated with this project: • ��34,900 from Non-Departmental CIP (contribution from City of San Dieso) • $�8,740 (rounded) from CIP No. STL-261 (TDIF) � NOV�'. THEREFORE. BE 1T RESOLVED that the Citv Council of the Cit�� of Chula Vista does hereb�� accept bids; reject bids, appropriate ��34,900 of Non-Departmental CIP Funds based on unanticipated re��enue associated �+�ith Utilit�� Agreement �rith Cit�� of San Dieeo to CIP No. STL-384. reduce the budeet for CIP I�'o. STL-261 by $�8;740 and appropriate the equivalent amou�t to CIP No. STL384. and a�i•ard a public works contract, includine Additive Altemate Bid Items, for the "Phase I — �i'illo��� Street Bridge Replacement (Water Line Relocation), in the City of Chula Vista Califomia [CIP No. STL-384, Federal Project No. BHLS-�203(016)]" project to TechCom International. Corporation in the amount of�3_�20.3�8.40; and BE IT FURTHER RESOLVED. that the Citv Council of the Citv of Chula Vista does hereb�� ���ai��e Council Polic}� I�'o. �74-01 and authorize the Director of Public Works to approve change orders; as necessar}�. and expend all available contingency funds in an amount not to e�ceed �3�6.388. Presented by Approved as to form b}� R�chazd o cins Gl n R. G oeins Director of Public %orks Ciri ev Resolution No. 2014-18� Page No. 4 PASSED, APPROVED, and ADOPTED by the City Council of the City of Chula Vista. California, this 14th da�� of October 2014 by the following vote: AYES: Councilmembers: Aguilar; Bensoussan, Ramirez, Salas and Cox NAYS: Councilmembers: None ABSENT: Councilmembers: None � " Chery] Cox, Ma or ATTEST: � Dofina R. Norri . C. Ciri� 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 foregoing Resolution No. 2014-]85 was duly passed, approved, and adopted by the City Council at a regular meeting of the Chula Vista City Council held on the 14th day of October 2014. G�ecuted this 14th da}� of October 2014. Donna R. Norris, CI C, Gh�Clerk