Prepared by: Sharon Friedrichsen City Council Agenda Item Summary Name: Consideration of a Resolution awarding a construction contract to Nor-Cal Contractors, the lowest responsive bidder, in the amount of $319,800 for the Urban Runoff Diversion Project . Description: To comply with stormwater discharge requirements under the State Water Resources Control Board's "Special Protections for Selected Storm Water and Nonpoint Source Discharges into Areas of Special Biological Significance (ASBS), the City is building a diversion system along Scenic Road and at the intersection of 4th and San Antonio A venues to eliminate the discharge to Carmel Bay during dry weather, when flows are composed largely of non-stonnwater. This is the ASBS Dry Weather Diversion Project included in the City' s Capital Improvement Plan. The construction involves diverting water captured in drainage structures through gravity flow pipelines for subsurface disposal in nearby landscaped areas and capturing runoff to percolate into small open-bottom catch basins installed in the street in front of the inlets during the dry weather period. On April 18, 2013, the, City Engineer submitted the attached letter recmmnending the awarding of the contract to Nor-Cal Contractors, based upon the lowest responsive bid. In addition to awarding the construction contract, this agenda item seeks to amend the current agreement with Neill Engineering for engineering design of the Grant Project to allow for engineering services during the construction phase of the grant. This agenda item: (1) awards the construction contract in an amount of $319,800 to Nor-Cal Contractors, the lowest responsive bidder; (2) authorizes the City Administrator to execute the contract upon the return of the contractor' s executed documents; (3)approves a contingency of $47,970 and authorizes the City Administrator to execute change orders not to exceed $47,970 (15%) of the base contract amount; and (4) approves $31,980 (10%) for engineering services during construction and authorizes the City Administrator to execute an amendment to an agreement with Neill Engineer for engineering services during construction for a not to exceed amount of $31,980. Overall Cost: City Funds: $19,988 (5% match of construction costs) Grant Funds: $379,762 Total Cost: $399,750 Construction Bid: $319,800.00 Project Contingency: $47,970.00 (15%) Project Administration/Management (Neill Engineering): $31,980.00 (1 0%); City staff time will be used as a local match to the grant and will also be reimbursed as allowable under the terms of the grant 1 25 Staff Recommendation: Adopt the Resolution. Important Considerations: In June 2011 the City was awarded a Proposition 84 ASBS Grant to plan, design, and construct the diversion system. In April2013, four bids were received by the City for this project, with Nor-Cal Contractor being deemed the lowest bidder by the City' s engineer. Grant funding includes $489,000 for construction. Decision Record: Attachments: Letter from Neill Engineering recommending award of bid to Nor-Cal Contractors. Tabulation of Bids prepared by Neill Engineering Resolution Reviewed by: ~ - Jason Stilwell, City Administrator Date 2 26 CITY OF CARMEL-BY-THE-SEA CITY COUNCIL RESOLUTION NO. 2013- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARMEL-BY-THE-SEA AWARDING THE ASBS DRY WEATHER DIVERSION/URBAN RUNOFF DIVERSION PROJECT CONSTRUCTION CONTRACT WHEREAS, the City of Carmel-by-the-Sea has received a Proposition 84 grant from the State Water Resources Control Board to build a diversion system along Scenic Road and at the intersection of 4th and San Antonio Avenues to eliminate the discharge to Carmel Bay during dry weather; and WHEREAS, the project was advertised in the Monterey Herald on March 20, 2013 and on March 27, 2013 and four bids were received for the project on April 17, 2013; and, WHEREAS, the City has deemed Nor-Cal Contractors the lowest responsive bidder with a bid estimate of $319,800 for the construction of this project. NOW, THEREFORE, BE IT RESOLVED THAT THE CITY COUNCIL OF THE CITY OF CARMEL-BY-THE-SEA does hereby: 1. Award the construction contract for the ASBS Dry Weather/Urban Runoff Diversion Project in an estimated amount of $319,800 to the lowest responsible bidder, Nor-Cal Contractors, subject to the provisions of the documents and certifications set forth in the plans and specifications applicable to the project and as required by California law. 2. Authorize the City Administrator to execute the construction contract upon the return of the contractor's executed contract documents and the review and approval of the City Attorney and the City's Administrative Services Director. 3. Approve a contingency in the amount of $47,970, or 15%, and authorize the City Administrator to approve change orders in an amount not to exceed $47,970. 4. Approve $31,980, or 10%, for construction-related engineering services and authorize the City Administrator to execute an amendment to an agreement with Neill Engineers. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF CARMEL-BY-THE- SEA this ____ day of ____ , 2013 by the following roll call vote: AYES: COUNCIL MEMBERS NOES: COUNCIL MEMBERS ABSENT: COUNCIL MEMBERS SIGNED, JASON BURNETT, MAYOR ATTEST: Heidi Burch, City Clerk 27 SHERMAN W. LOW, R.C.E. GARY W. WHITE. LS. ClAYTON 8. NEILL, J R ~ R.C.E. GILBERT M. NEILL. R.C.E. Mr. Jason Stilwell City Administrator City of Cannel POBox CC Cannel, CA 93921 NEILL ENGINEERS Corp. CONSULJING ENGINEERS MISSION and FIFTH-BOX ll CARMEL. CAUFORNIA 93921 (831) 624-2110 FAX: (831) 624-3693 Aprill8, 2013 Re: Urban Runoff Diversion Project Dear Mr. Stilwell, SUBDMSIONS, I.NIIO PLANNING, WATER SUPPLY, SANW10N, SUIM'IING. AIRPORIS MUNICIMUT1S Bids were opened for the City of Cannel-by-the-Sea Urban Runoff Diversion Project on Wednesday, April17, 2013. Four bids were received listed in ascending order as follows: Contractor Nor-Cal Contractor Monterey Peninsula Engineering, Inc. Earthworks Paving Contractors, Inc. The Don Chapin Co. Engineer's Estimate Total Bid $319,800.00 $349,200.00 $363,800.00 $482,619.00 $300,500.00 The bids were reviewed tor mathematical accuracy and other proposal requirements. All bid proposals were in order and considered responsive. A copy of the Tabulation of Bids is enclosed. There is sufficient State funding for the project. Therefore; we recommend that the contract be awarded to the low bidder, Nor-Cal Contractor. Very truly yours, ; x i ~ ~ N.cfo) Sherman W. Low 2 8 TABULATION OF BIDS Engineer: NEILL ENGINEERS CORP., Carmel, CA r-- ENGINEER'S ESTIMATE H --- --- -oeserl"ption -- --- --ra-uantitY" Unitt Price Outfall ___! _____ , _ . . _. ' $s;ooo.ocii __ __ ___ 1 _ _ _ . _ $6,00 3 :Install Outfall C-26 SO l!!P.rovements 1 : L.S. I $3,00 - -y- _ .!E'Stali outraf(C-18 Improvements 1 . t 5 Install Outfall C-10 SO Improvements ; 1 L.S. $40,00 in5_!SI!_Q_l_!tf!lll C-2( SO 1 __ 1_.!:.:_5_:_ _: __ $8,00 7 ;Install Outfall C-17 SO Improvements 1 1 L.S. $3,00 Amount I $5.000.00' 8 Improvem-ents- T - . L.s. 9 l lnSiaiiouttan C-14 so Improvements 1 1 : L.s. .. vv ......... vv __ 10 !lnstail6uifan c-=3 so 1 -- L.S. $73,ooo.oo $73,ooo.oo 1 $88,800.001 $88,8oo:Oo $73,000.00- $73,ooo.oo $92-;7oo.ool . 11 Install outfall C-2 so Improvements 1 . L.s. $90,000.00 sso,ooo.oo .-- sas,soo.ool 189,50o.oo $.140,000.ooj $140,000.00 $ 113,65o.ooh113,650.00, . , . .. 12 I 1 cs:- $2,000-.00!-- $700.00.--- -$700.q9 S3,20o.odf ------=-=..-. _ __11_i!_nstall Outfall C-1 so Improvements 1 I L.S. $18,000.00 $18,000.00 $_23,000.00 $23,000.001 $18,qoo.ool $18,000.00, $1. --- --- . __ 1 __ 1 ___ __ i.500 .. 00 $1,000.00! S1&9.2:20 $2,000.00 $2,500.00 ) -- ----- 1 - --:---- - TOTAL: 1 .. + ----,- . $319,800.00 __ ; --------I. - . - --- - -- -- - - - -- - --- -' - - . - - . ' - ___ - - ::-_ 1- ____ - ___ ___ 1 _ __ __ _ ___ --+-- --- - --- ----- .--- ---------- L___ ... ___ __ -- ---r_- -------- -- -- i - ---j---- --- r \ i II +-1 - - -- -- - ------- - -1----=:f -- i -+-- +---- I . ------- - _ , t t- - _-;-_ ---_-_ _ t--r-- 1 1 = ------1 1 1 ___ __ =r_-_-=---- _.1- ---- WO: 82HUI"H:l Page 1 of 1