REPORT TO COUNCIL
SUBJECT
Title
Award of Bid No. PW16-28 for the Primary Treatment Facility Package 2 for the Reconstruction of the Water Pollution Control Plant, Make a Finding of Bid Non-responsiveness, Amend an Existing Design/Construction Support Contract, Authorize the City Manager to Procure Insurance Coverage, and Approve Budget Modification No. 45 in the amount of $4,810,137
Report
REPORT IN BRIEF
Approval is requested to award a construction contract in the amount of $100,188,000, including the base bid of $99,438,000 and a bid alternate in the amount of $750,000, to C. Overaa & Co. (Overaa) of Richmond for the Primary Treatment Facility Package 2 project (Public Works Project No. UY-16/01-20), and for a 7% construction contingency in the amount of $7,013,160.
Approval is also requested for the following items to:
* Amend an existing design/construction support contract with Carollo Engineers, increasing the not to exceed value by $1,210,137, from $12,946,801 to $14,156,938.
* Authorize the City Manager to finalize insurance policy documents and make payment in the amount of $514,684 with Alliant Insurance Services Inc. for Builder's Risk and related insurance coverage.
* Make a finding of bid non-responsiveness for the bid submitted by Flatiron West Inc. (Flatiron)
* Approve Budget Modification No. 45 in the amount of $4,810,137 to provide additional project funding.
Overaa and Flatiron were two of the three bidders on the project. Kiewit Infrastructure West Co. (Kiewit) also provided a bid. The Flatiron bid was determined by staff to be non-responsive because it did not meet the City's mandatory minimum requirements. Overaa, the lowest responsible and responsive bidder, filed a bid protest against Flatiron, while Flatiron also contested staff's determination of non-responsiveness. On May 2, 2017, Flatiron rescinded its bid protest in writing. These actions are explained in more detail below.
EXISTING POLICY
Section 1309 of the City Charter req...
Click here for full text