Loading...
HomeMy WebLinkAbout0007_1_Serenity Park Phase 2A - SRAND REPORT TO CITY COUNCIL To:Honorable Mayor and Members of the City Council From:Grant Yates, City Manager Prepared by: Brad Fagrell, City Engineer Date:October 11, 2016 Subject:Award of Public Works Construction Agreement for Serenity Park Improvements – Phase 2A, Project No: Z40005 Recommendation 1.Award the Public Works Construction Agreement for Serenity Park Improvements – Phase 2A to AToM Engineering Construction, Inc. 2.Approve and authorize the City Manager to execute the Agreement in the amount of $798,398.00 to AToM Engineering Construction, Inc. in substantially the form attached and in such final form as approved by the City Attorney. 3.Authorize the City Manager to execute change orders not to exceed the 8.75% contingency amount of $69,919.90. 4.Authorize the City Engineer to record the Notice of Completion once it is determined the work is complete and the improvements are accepted into the City’s maintained system. Background On September 02, 2016, a Notice Inviting Bids was posted for the Serenity Park Improvements – Phase 2A. Contractor bids were solicited and received on September 27, 2016, at 2:00 p.m. This phase of the Serenity Park Improvements is for the preparation and installation of a BMX Bike Park; large dog/small dog off leash park; with additional parking lot improvements. Discussion Contractor bids were opened publicly on September 27, 2016, at 2:00 p.m. The City received ten (10) bids from qualified contractors. The three lowest bids contained irregularities. The lowest bid, submitted by Roadway Engineering, failed to include any amount for mobilization and the individual task Award to AToM Engineering Construction, Inc. Serenity Park Improvements – Phase 2A, Project No. Z40005 October 11, 2016 Page 2 of 3 amounts did not equal the total bid. The second lowest bid, submitted by IVL Contractors, Inc., also contained a calculation error in which the sum of the individual task amounts did not equal the stated amount for the total bid. The third lowest bidder, California Landscape & Design, included the entire bid total in the mobilization line item. This led to the sum of the individual task items not equaling the stated bid total. Staff conferred with the City Attorney’s office. Because the errors of the three lowest bidders involved the actual bid amounts, it was determined the errors were not inconsequential. Accordingly, these irregularities should not be waived by the City. As a result, Staff recommends selection of the fourth lowest bidder. The bid results are summarized below: Contractor (Bidder)Bid Amount 1.Roadway Engineering*$785,803.00 2.IVL Contractors, Inc.*$785,926.00 3.California Landscape & Design**$794,343.33 4.AToM Engineering Construction, Inc.$798,398.00 5.Horizons Construction Co.$913,678.42 6.CS Legacy Construction, Inc.$915,215.00 7.Spec Construction, Inc.$948,450.00 8.All American Asphalt $1,043,787.50 9.EBS General Engineering $1,062,053.75 10.Yakar $1,127,561.00 *Task amounts don’t match total bid amount **If calculated correctly by the bidder, the bid amount would be $1,488,606.66 Staff tabulated and verified all bids, reviewed available references, and determined AToM Engineering Construction, Inc. to be the lowest responsible bidder. The project is expected to begin construction in October 2016. Fiscal Impact This project is included in the City’s adopted FY 2015-2019 Capital Improvement Plan and will be funded by CFD 2005-1. Sufficient funds are available to complete the project. Exhibits A - Agreement B - Bid Proposal