Page 3 - ccagenda092617item4
P. 3
4
5. Toro Enterprises, Inc. Oxnard, CA $3,854,775
6. USS Cal Builders, Inc. Stanton, CA $3,867,872
7. Pulice Construction, Inc. San Diego, CA $3,894,420
8. Future DB International, Inc. Irvine, CA $3,986,172
9. Griffith Company Brea, CA $4,260,551
10. Beador Construction Company, Inc. Corona, CA $4,536,300
Staff recommends awarding the project to C.A. Rasmussen, Inc., the lowest responsive bidder.
This contractor possesses a valid state contractor’s license and is in good standing with the
Contractors State License Board. The contractor’s bid was reviewed for accuracy and
conformance to the contract documents and found to be complete and also in conformance with
the grant funding requirements.
The requested construction contingency amount of $316,150 will cover the cost for unforeseen
site conditions, such as potential utility conflicts, abandoned utilities not shown in record
drawings, change order requests made by the contractor, and change orders for additional work
ordered by the City.
To ensure efficient and proper procedures in construction inspection and materials testing, staff
solicited Requests for Proposals (RFP) from qualified consultants to provide construction
support. Staff received seven proposals for materials inspection and testing and two proposals for
construction survey. Dokken Engineering will continue to provide the construction support, as
they were the design engineer of record. Staff recommends awarding the contracts to the
consultants listed below. These consultants were rated as most qualified through the selection
process. The construction support services contracts total $291,960.
Consultant Location Responsible for Contract Amount
Dokken Engineering Folsom, CA Bridge and Civil Engineering $106,128
R.T. Frankian and Assoc. Santa Clarita, CA Materials Inspection and Testing $148,632
Vertex Survey, Inc. Santa Clarita, CA Construction Survey Staking $ 37,200
California Government Code 4526 prescribes selection of architectural and engineering services
to be based on demonstrated competence and professional qualification necessary for the
satisfactory performance of the services required, does not authorize the selection of professional
architectural and engineering services based on costs, and does not require the cost proposals to
be sealed. However, federally funded projects, such as this, require the City to follow the strict
federal guidelines in the Caltrans Local Assistance Procedures Manual (LAPM). In the
Consultant Selection section of the LAPM, it clearly states, “Each consultant’s cost proposal
must remain sealed until negotiations commence with that particular consultant.” Per the federal
guidelines of the LAPM, staff opened the sealed cost proposal for R.T. Frankian and Associates
and Vertex Survey, Inc., and negotiated a final contract at a fair and reasonable price for the
services requested in the RFP.
ALTERNATIVE ACTION
Other action as determined by the City Council.
Page 3
Packet Pg. 23