Loading...
CC Resolution 8946 RESOLUTION NO. 8946 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CAMPBELL APPROVING A BUDGET ADmSTMENT AND AUTHORIZING THE PUBLIC WORKS DIRECTOR TO EXECUTE A CONTRACT WITH COLLISHA W CONSTRUCTION, INC., FOR THE CONSTRUCTION OF THE HAMILTON/MARATHON MEDIAN, HAMIL TON/MILLICH MEDIAN, AND THE CAMDEN/WINCHESTER INTERSECTION IMPROVEMENTS WHEREAS, the City Council adopted Resolution No. 8824, approving the plans and specifications for construction of the Hamilton/Marathon Median, Hamilton/Millich Median, and the Camden/Winchester Intersection Improvements and authorized the solicitation of bids; and WHEREAS, the City Council adopted Resolution No. 8856 rejecting all bids received and authorizing the readvertisement of the projects; and WHEREAS, the project was readvertised and bids were opened on January 30, 1996; and WHEREAS, Collishaw Construction, Inc. submitted the lowest bid in the amount of $109,745; and WHEREAS, the second lowest bidder, Golden Bay Construction, Inc., has protested the award of the project to Collishaw Construction, Inc. based on the inability of Collishaw Construction, Inc. to meet the 10% Disadvantaged Business Enterprise goal; and WHEREAS, Collishaw Construction, Inc., has submitted and documented a good faith Disadvantaged Business Enterprise effort and has therefore been determined to be the lowest responsible, responsive bidder; and WHEREAS, the City Council finds as follows with regard to the proposal of Collishaw Construction, Inc.: Findings of Good Faith Effort to Meet DBE Goal 1. The Contractor advertised in trade association and minority focused media, namely WEBE and the Construction News Weekly; 2. The Contractor provided written notice to fourteen (14) specific DBEs that their interest in the contract was being solicited, in sufficient time to allow the DBEs to participate; 3. The Contractor selected the concrete, electric and striping/signage portions of the work to be performed by DBEs in order to increase the likelihood of meeting the DBE goal, induding breaking down the contracts in units for subcontractor and/or supplies or materials; 4. The Contractor provided interested DBEs with adequate information about the plans, specifications and requirements of the contract; 5. There was insufficient time to investigate the proposal of Signal Construction, and the Contractor could not negotiate the bids; 6. The Contractor effectively used the following entities for assistance in minority recruitment: San Jose Minority Development Center; ASDV District Counselor, Hispanic Chamber of Commerce of Santa Clara Valley, and Santa Clara County Transportation Agency. 7. Based on the foregoing factors, the Contractor's efforts were those that, given all relevant circumstances, a contractor actively and aggressively seeking to meet the DBE goals would use. WHEREAS, the attached budget adjustment is necessary to provide the funding required for construction of these improvements. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Campbell that the Public Works Director is hereby authorized to execute a contract for construction of the Hamilton/Marathon Median, HamiltonIMillich Median, and Camden/Winchester Intersection Improvements with Collishaw Construction, Inc., the attached budget adjustment is hereby approved. PASSED AND ADOPTED this 5th day of March, 1996, by the following roll call vote: AYES: COUNCILMEMBERS: Burr, Con a nt, Wa tson, Dougherty NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None A2Z: ~ ANNE BYBEE, CITY CLERK C:J:T"2' OP ~ANP9W!T_T_ REQtJB:ST JrOR B~T ADJUS':.l:---~bI':I:'S DEPAR'l'MENT/PROGRAM DIVISION laD . I!Qtmft lfO. u/C?/<;t/ PUBLIC WORKS ENGINEERING 3/5/96 BtI~T TRAIla.-..... TO BE R:EDU~'O: FOND ACCOt1N'1' NtDIBER 435 8502.7130 435 8502.7883 435 9512.7130 435 9512.7883 204 3799 TO BE :J:Nc:::::REASED: rtJND ACCOUNT lfOMUR 435 9376.7130 435 9376.7430 435 9376.7883 435 9376.7424 DlSc:::RIP.rIOH uomrr Camden/Winchester Intersections Improvements Professional & Spec. Srvcs. Improvements other than BId Minor Traffic Safety Imp. Prof & Spec. Serves. Improvements other than BId Unallocated Gas Tax 3,882 ~ $$;;v- I 6,000 (, tJ()O I 15,000 15tlPtJ . 33,400 31,'1.f.6 0 26,462 184,744 ./ -7 ~<O.s-~ DlSCRIP.rION AMOUNT Project Overhead Offset Prof. & Specialized Services Improvements Other Than Buildings Office Expense 10,972 5,000 66,644 2,128 84,744 R__on ~o:r:: R_qu_.-t. (Be .pac:l1'~c) I Funding required for award of project. Combine projects for economies of scale and ease of administration. Si~tun: *,'}1~ DEPAR'I'MENT HEAD FINANCE DIRECTOR REV 2/90