Loading...
HomeMy WebLinkAbout7.1 Award Of Bid 90-7CITY OF DUBLIN AGENDA STATEMENT City Council Meeting Date: May 29, 1990 SUBJECT: Award of Bid - Contract No. 90-07 Entry and Facilities Identification Signs Report by Public Works Director Lee Thompson EXHIBITS ATTACHED: Resolution of Award Summary of Bids RECOMMENDATION: 1 ) 3a) 3b) 4) 5) Reject bid submitted by Golden Bay Construction as non-responsive. Determine whether to include lighting for City Entrance Signs at an additional cost of $11,445 (includes 5% contingency). Authorize budget transfer in the amount of $8,366 to the City Entrance Signs Capital Improvement Project and $15,525 to the Park and Pool Signs Capital Improvement Project from unallocated reserves, OR Authorize budget transfer in the amount of $19,811 to the City Entrance Signs Capital Improvement Project and $15,525 to the Park and Pool Signs Capital Improvement Project from unallocated reserves. Adopt Resolution awarding bid to Collishaw Construction. Authorize Mayor to execute agreement. FINANCIAL STATEMENT: Lowest Responsive Bid: (Base Amount) (Alternates) $62,800 19,900 $82,700 Project Cost Breakdown Construction Budget: City Entrance Signs $ 36,500 Park and Pool Signs $ 15 ooo Lowest Responsive Bid: 5% Contingency *Alternate #1 (with 5% contingency) Alternates #2 and #3 (with 5% contingency) $ 33,729 $ 29,071 11687 1~454 $ 35,416 $ 30,525 91450 $ 44,866 11,445 $ 56,311 *The cost of Alternate #1, the fifth sign on Dougherty Road at the northerly City Limit, will be reimbursed by developer contribution from J.L. Construction (Village V). The portion of the base bid for the City Entrance Signs is within funds budgeted; however, the addition of Alternate 1 causes the project cost to exceed the budget by $8,366. Although the cost of Alternate 1 ($9,000) will be reimbursed, it is necessary to transfer funds into the City Entrance Signs Capital Improvement Project to pay the cost of the work. If the City Council determines that Alternates 2 and 3 for lighting the signs are to be includeD, the budget transfer for the City Entrance Signs project would be in the amount of $19,811. A budget transfer to the'Park and Pool Signs Capital Improvement Project in the amount of $15,525 would also be necessary if the bid is awarded. Total amount of both budget transfers is $23,891 without lighting the City Entrance Signs or $35,336 if lighting is approved. ITEM NO.__7~ COPIES TO: Bidders <4) J.L. Construction DESCRIPTION: On April 23, 1990, the City Council authorized Staff to solicit bids for Contract 90-07, Entry and Facilities Identification Signs. This project provides for installation of City Entrance Signs at five locations: Dougherty Road at Dublin Boulevard, Dougherty Road at the northerly City Limit, Village Parkway at Kimball Avenue, San Ramon Road at Dublin Boulevard, and San Ramon Road at Alcosta Boulevard. The City Council approved the design for the signs at the April 9th meeting. Initially, it was hoped to landscape around the sign at the 1-580/Dougherty Road location. As there is no nearby water connection, this landscaping will be postponed until the Dougherty Road widening project is constructed. The sign on Dougherty Road at the northerly City Limit was included as an alternate in the bid documents because Staff did not know at the time whether J.L. Construction would elect to provide the sign or to reimburse the City for its cost. At this time, Staff has not received a definite response from J.L. Construction and has therefore included the sign in the contract. If J.L. Construction opts to provide the sign, Alternate 1 will be removed from the contract by change order. Also included in this project are the signs for the Dublin Swim Center, Dublin Sports Grounds, and Mape Park. A project to construct these signs was bid in February; however, the low bid received at that time was $59,643, which was considerably higher than the estimated cost for the work. Singer and Hodges reduced the scale of these signs in an effort to obtain lower prices, and the landscaping improvements associated with the signs are not included at this time. As a comparison, the total bid received for the park signs only, along with their related improvements and a portion of the mobilization and demolition cost, is $29,071 ($30,572 less than the previous bid). The City received a total of four bids (see attached bid summary) for the combined project. The low bidder, Golden Bay Construction, did not include a copy of Bid Addendum Number One with their proposal package. Since the format of the addendum contains language indicating that the signed addendum must be included with the bid, it is recommended that Golden Bay Construction's bid be rejected and that the bid be awarded to the lowest responsive bidder, Collishaw Construction, with a base bid of $62,800 (total with alternates of $82,700). The utility fees budgeted for the City Entrance Signs will not be used, as no new water lines are being installed; therefore, the available construction funds for the City Entrance Signs total $36,500. The lowest responsive bid for the City Entrance Signs portion, including Alternate 1, was $42,729. Allowing for a 5% contingency, a budget transfer in the amount of $8,366 to this Capital Improvement Project would be necessary to award the bid. If the cost of the Alternate #1 sign, which is being offset by a reimbursement, were removed from the total, the City Entrance Sign project would be within budget. Addition of the lighting alternates #2 and #3, including a 5% contingency, would add $11,445 to the cost of the project. If the City Council wishes to include the lighting for the City Entrance Signs, the total amount of the contract as indicated in the resolution would need to be revised to $82,700. The total budget transfer for the City Entrance Signs would need to be increased to $19,811. The bid for the Park and Pool (Facilities) signs totals $29,071, or $14,071 in excess of funds budgeted. Allowing a 5% contingency, $15,525 would need to be transferred to the Park and Pool Signs Capital Improvement Project. Staff recommends that the City Council (1) reject the bid s~omitted by Golden Bay Construction, determine whether lighting for the City Entrance Signs should be included in the contract, adopt the resolution awarding the bid to Collishaw Construction, and authorize the necessary budget transfers from unallocated reserves. - 2 - RESOLUTION NO. -90 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AWARDING CONTRACT 90-07 CITY ENTRANCE SIGNS AND FACILITIES SIGNS TO GOLLISHAW CONSTRUCTION, INC. WHEREAS, the City of Dublin did, on May 21, 1990, publicly open, examine, and declare all sealed bids for doing the work described in the approved Plans, Specifications, and Modifications for Contract 90-07 City Entrance Signs and Facilities Signs authorized by the City Council on April 23, 1990, which Plans, Specifications, and Modifications are hereby expressly referred to for a description of said work and for all particulars relative to the proceedings under the request for bids; and WHEREAS, said bids were submitted to the City Engineer, who has reviewed the bids to determine the lowest bid which was responsive to the requirements of the bid documents; and WHEREAS, the low bid submitted by Golden Bay Construction, in the amount of $64,500, was determined by the City Council to be non- responsive because Bid Addendum Number One was not included in the proposal package; and WHEREAS, the bid hereinafter mentioned is responsive to the bid documents, including, but not limited to, submittal of Addendum Number One; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby award City of Dublin Contract 90-07, including Bid Alternate #1, to the lowest responsible bidder therefor, to wit ~ollishaw Construction, Inc., at a bid of Seventy-One Thousand Eight Hundred Dollars ($71,800), the particulars of which bid are on file in the office of the City Engineer. PASSED APPROVED, AND ADOPTED this 29th day of May, 1990. AYES: NOES: ABSENT ATTEST: Mayor City Clerk