Loading...
HomeMy WebLinkAbout06/17/1997, C-6 - CITY OF SAN LUIS OBISPO ENTRY SIGNS, SPECIFICATION NO. 9546 jcouncil meding Mft611719-7 acEnaa aEpom �. CITY OF SAN LUIS OBISPO FROM: Michael D. McCluskey,Public Works Dir r Prepared by: John Rawles,Civil Engineer SUBJECT: CITY OF SAN LUIS OBISPO ENTRY SIGNS,SpecificationNo. 9546 RECOMMENDATIONS: 1) Rescind Council Action No.2 of June 3, 1997-award of contract to Maino Construction 2) Award a contract in the amount of$68,198 to Vernon Edwards Constructors,Incorporated,the second low bidder. 3) Rescind Council Action No.4 of June 3, 1997-transfer of$35,211 to the project 4) Authorize transferring an additional$28,135 to the project budget. DISCUSSION: On Tuesday June,3, 1997 Council acted to delete the architectural columns that were planned to be constructed as part of this project.In so doing,it was assumed that the lowest bidder could be determined based on comparison of the original bids with the revised contract.Staffhas determined that this was not appropriate,that the order of bidders must be determined from the original bid. Following award of the contract to the second lowest bidder,Vernon Edwards Construction,staff will delete the columns portion of the contract at Council's direction. This action is permitted by specification 4-1.03B(3)"Eliminated Items"of the contract document.This will result in an effective contract of$60,456. FISCAL EWPACT: Project Construction Budget Needed: Contract Price $68,198 Elimination of Bid Item#4(Four Columns) -7,742 Adjusted Contract Price $60,456 Contingencies@ 10 Percent 6,000 Total Sources for Construction Budget: Existing Project Budget Remaining $38,321 Economic Development Contract Services 4,000 Community Promotion Contract Services 15,000 Completed Projects 9,135 Total , ,,3S' The$4,000 from Economic Development is money that was encumbered for Cal Trans signs which designate the exits for"downtown"by placing that word above the freeway offramp signs. The City was originally expected to pay for these signs,but Cal Trans eventually agreed to do so, instead,freeing up these funds to be used on the large monument-style entry signs. Additionally,at Council Agenda Report-SLO Entry Signs Page 2 its May 20, 1997,meeting the Promotional Coordinating Committee approved recommending to the Council the expenditure of$15,000 of enhanced promotional funds to complete the entry signs project. Funds remaining at the conclusion of the project will be returned to the completed projects account. ALTERNATWE: Council may reject all bids and re-advertise the project. Re-advertising the project will delay construction by another 60 days. This project has already taken more than two years to reach this point in the process. Further delay will mean that another tourism season will go by without the signs being in place. Attachments 1)Memo from City Attorney 2)Bid Summary 3)Agreement with Vernon Edwards Constructors,Inc. 4)Agenda Report of 6/3/97 �_Z 6-04-1997 3:16PM FROM ATTORNEY. SLA 8057817409 P. 1 MEMORANDUM From the Office of the City Attorney June 4, 1997 To: Mike McCluskey From: Jeff Jorgensen Subject: City of San Luis Obispo Entry Signs (Specification No. 9546) After a discussion this morning with Wayne Peterson, it became apparent that an error was made in awarding the contract for the City of San Luis Obispo Entry Signs on June 3, 1997, to the third lowest bidder. The reason for this conclusion is that the columns were not set forth in the specifications as a deductive alternate, but rather were an integral part of the specifications. Therefore, it is improper to deduct them for the purpose of determining the lowest responsible bidder. The City should have determined the lowest responsible bidder, including the columns, and awarded the contract on that basis. (The City would then have had the discretion to delete the columns from the project.) Conversely,had the columns been a deductible alternate, then the City probably could have deleted them from the project based on the ARC concurrence and awarded to the third lowest bidder. Based upon the above, it is my recommendation that you bring this matter back to the City Council at the June 17, 1997 meeting and request that the Council rescind its previous award because of error and award the contract to Vernon Edwards Constrictors,Inc., as the second low bidder. An alternative would be to reject all bids and rebid the matter without the columns. If you have questions or comments,please feel free to contact me at your convenience. JGJ/sw c City Council John Duna Bonnie Gawf Sen Hampian Wendy George Wayne Peterson Post_tt'brand fax transmittal memo 7671 0orpow► John Rawls Dept Pnonx• Fax* Fsx• C- 6-3 tW U ZX h � I 14 o Z W IL nit � Om � z ` •M • M � n . i � I �l _ .. I I . !� I>J3Z zW I i —•--- N ma g1,x = VI NI I z pQ ��V I .II Q � i I •- 1—( w ¢Ln Ln W W j V . I � Z O J . CD � �_ i Jl� n .� •V `J Q ZILLd �� Q O I J { c �I d O p U � J v1 o I,I 1. V I W `� 6 CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT,made on this day of 19_,by and between the City of San Luis Obispo, San Luis Obispo County, California, hereinafter called the Owner, and Vernon Edwards Constructors. Inc., hereinafter called the Contractor. WITNESSETH: That the Owner and the Contractorfor the consideration stated herein agree as follows: ARTICLE 1,SCOPE OF WORK: The Contractor shall perform everything required to be performed,shall provide and furnish all of the labor,materials,necessary tools,expendable equipment,and all utility and transportation services required to complete all the work of construction of City of San Luis Obispo Entry Sions.SnecificationNo.95-46 -in strict accordance with the plans and specifications therefor,including any and all Addenda,adopted by the Owner,in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials,tools,equipment,and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE 11, CONTRACT PRICE: The owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item Item Unitof Estimated Item Price Total No. Measure Quantity (in figures) (in figures) I. Construct Southerly Entrance Sign, LS 1 522,613.00 $22,613.00 Nol 2. Electrical,Southerly Entrance Sign, LS 1 $6,173.00 $6,173.00 No 1 3. Landscape and Irrigation,Southerly LS 1 $3,243.00 $3,243.00 Entrance Sign,No 1 4. Construct Four Columns,Southerly LS I $7,742.00 $7,742.00 Entrance. 5. Construct Northerly Entrance Sign, LS 1 $21,175.00 $21,175.00 Not 6. Landscape,Northerly Entrance Sign LS 1 $4,718.00` $4,718.00. . No.2 7. Electrical,Northerly Entrance Sign, LS 1 $2,534.00 $2,534.00 No2 BID TOTAL: S 68,198.00 - 1 - � Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract Should any dispute arise respecting the true value of any work omitted,or of any extra work which the Contractor may be required to do,or respecting the size of any payment to the Contractor,during the performance of this Contract,said dispute shall be decided by the Owner and its decision shall be final,and conclusive. ARTICLE III,COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which areas fully apart thereof as if herein set out in full,if not attached,as if hereto attached: 1. Notice to Contractors and information for bidders. 2. Contract General Conditions and Technical Specifications. 3. Accepted Proposal. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor,then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation City Administrative Officer APPROVED AS TO FORM: CONTRACTOR City Attorney Vernon Edwards Corporation,Inc. jcouncil 6=3-9 17 agenda RepoRt � 3 CITY OF SANLUIS OB ISPO FROM: Michael D.McCluskey,Public Works Director BY � Prepared by: Wendy George,Assistant to the CAO u� John Rawles, Civil Engineer SUBJECT: CITY OF SAN LUIS OBISPO ENTRY SIGNS, Specification No. 9546 RECOMMENDATIONS: 1) Reject as non-responsive the low bid in the amount of$53,627 from Diamond Air Conditioning Corporation 2) Award a contract in the amount of$68,198,to Vernon Edwards Constructors,Incorporated, the second low bidder 3) Authorize the Mayor to execute the contract. 4) Authorize transferring an additional$35,211 to the project budget DISCUSSION: On May 8, 1997 bids were opened for the"CITY OF SAN LUIS OBISPO ENTRY SIGNS" project originally recommended by the Promotional Coordinating Committee(PCC) and approved by the Council in 1995. All bids received were significantly higher than the engineer's estimate of $38,000. At the time that the signs were first proposed by the PCC,the designer believed that he might be able to arrange for some of the work to be done on a donated basis and,thus,the original estimate was based on that concept. As the design work progressed and the designer worked with the City's engineer to develop specifications which met required engineering standards,the designer realized that his initial hope to have part of the work prefabricated offsite and donated was not feasible. At that point,the project became a standard City capital project and went though the normal bid process. The result was bids which were considerably higher than the initial proposed funding. During review of the bids Public Works discovered that the low bidder,Diamond Air Conditioning, had not complied with specifications about maximum participation by subcontractors. The specifications prohibit subcontractors from performing 50 percent or more of the contract work, and the bid documents specifically cited this section of the specifications. But Diamond listed subcontract participation of 72 percent In order to award the bid to the second lowest bidder, the Council must officially determine that the low bid is non-responsive due to its failure to meet this requirement May the City declare the non-compliance in the"List Of Subcontractors"not significant and award the contract to the low bidder,Diamond Air Conditioning? The City's adopted specifications contain the this provision to ensure that the prime contractor is directly accountable for the most important part of the work.The City Attorney recommends against waiving this requirement for several reasons. First,it is a requirement of the bid process. Second,other contractors might have bid if they had known the City would allow such a deviation. And third,the second low bidder would probably protest such a waiver. Unsuccessful bidders typically call to verify that the low bidder has met this requirement. C-G-7 Council Agenda Report-SLO Entry Signs Page 2 CONCURRENCES: This project has received a categorical exemption from environmental review by Community Development Department. The PCC believes that the sign should be built as soon as possible so that it will have a positive economic effect during this year's tourist season. It favors awarding a contract to the second low bidder to expedite construction. As noted in Alternative 3,the PCC intends to return to the ARC on June 2'to see if the ARC will approve a change to the southern sign which could reduce the cost of its construction. Staff will report on the outcome of that meeting at the June 3'd Council meeting. FISCAL IlKPACT: Project Construction Budget Needed: Contract Price $68,198 Contingencies @ 7.8 Percent 5,334 Total $73,532 In order to pay for construction with the second low bidder,transfers from the following accounts are recommended: Economic Development Contract Services. $4,000 is available from this account. That amount was set aside for Caltrans to designate downtown exits by placing the word"downtown"above Highway 101 offramp signs. The City originally expected to pay for these modifications,but Caltrans eventually agreed to cover the cost itself Community Promotion Contract Services. The$39,300 in this account was designated as "enhanced promotion funds". On May 20, 1997 the PCC recommended spending$15,000 of this total to complete the entry sign project. Completed Projects. There is currently$7,832 available in the capital outlay fund completed projects account. In addition there is$8,379 remaining in the project budget for the Orcutt Road Widening Acquisition,which is completed. Summary of Recommended Sources for the Construction Budget: Existing Project Budget Remaining $38,321 Economic Development Contract Services 4,000 Community Promotion Contract Services 15,000 Completed Projects 16,211 Total $73,532 ALTERNATIVES: 1) Reject all bids and readvertise the project. This project is on track for completion before this year's tourist season. Readvertising would delay construction and could preclude the benefit of having the signs in place for the tourist season. The PCC is extremely concerned that it has been two years since this project was initially proposed and approved. Delays Council Agenda Report-SLO Entry Signs Page 3 have been caused by design difficulties and the need to acquire approval to place the northern sign on private property. Two tourism seasons have already been missed,and the additional delay caused by rebidding would cause a third season to pass without the signs. 2) Delete some of the bid items and construct only a portion of the project with the existing project budget. Public Works believes that only one sign could be constructed with the existing protect budget of$38,321. While the design of the signs themselves is the same, the Architectural Review Committee(ARC)felt the that the southern sign needed a series of approach columns to place the sign in its proper context within an open field. (See Exhibit 1.) The high cost of constructing the four approach columns mandates that only the northern entrance sign could be installed within the current budget. Since most of the tourist traffic into San Luis Obispo arrives from the south,the PCC believes that the economic benefit of the project would be significantly reduced without the southern sign. To build the southern sign within the present budget,a reduced project would need to be negotiated with the selected bidder and would possibly require ARC approval. 3) Eliminate the approach columns on the southern sign. The approach columns were added to the southern sign at the direction of the ARC,in order to create a context for the sign within an open field located between Los Osos Valley Road and Prado Road. Before the columns could be eliminated,ARC approval would be required. The PCC intends to request that the ARC consider such a change at its meeting on June 2. 4) Redesign the signs. If the signs were completely redesigned,the project would likely be delayed another year while design modifications were completed,ARC approvals were received,and the project was put out to bid a second time. This delay would mean another tourist season without signs. There is also no guarantee that the new design would necessarily be less expensive to construct than the current one. In order to significantly reduce cost,the City would probably end up with billboard type signs,which would not reflect an image the City wishes to project. 5) Eliminate the project. The PCC believes very strongly that the City needs entry signs. Visitor signs have proven to be effective in persuading visitors unfamiliar with an area to stop initially and visit a city,which,in tum,encourages an overnight stay in the future. Staff has received comments from both local citizens and visitors that the City needs tourism signs. Most neighboring cities have at least billboard signs to entice drivers off the highway for a visit. ATTACHMENTS: 1) Exhibit 1 -Sign Plan and Elevation 2) Exhibit 2-Vicinity Map for Southern Sign 3) Bid Summary 4) Proposed Agreement 5) Proposal from Diamond Air Conditioning 6) Proposal from Vernon Edwards gArniu_eipWo entry signs 9546V546agn1