Loading...
Agenda Item - 2002-05-21 - Number 4.2.3 - 4.2.3 CITY OF LAKE OSWEGO 05/21/02 AGENDA REPORT SUMMARY MEETING DATE: May 21, 2002 SUBJECT: Award of a Public Improvement Contract for the 2002 Pavement Management Program, Phase 1 — Structural Repairs (Work Order 1163) RECOMMENDED MOTION: Move to award a public improvement contract to Roy L. Houck Construction Company in the amount of$101,755.50 for construction of the 2002 Pavement Management Program, Phase 1 —Structural Repairs (Work Order 1163). EST. FISCAL ATTACHMENTS: NOTICED (Date): IMPACT: • Komarek Council Report $101,755.50 dated May 13, 2002 STAFF COST: Ordinance no.: NA BUDGETED: Resolution no.: NA Y X N FUNDING SOURCE: Previous Council consideration: None Street Fund <12)4A4/5 ENGINEER COMM. DEV. DIRECTOR CITY MA GER 6J/s/Z - � (c)2_ /2 47 ° Date Date Date 19 H:\Kathy_g\WO\1163\Phase 1\WO 1163-Phase 1 Agenda Report.doc ``��OE IAKE Os.,_ O , CITY OF LAKE OSWEGO COUNCIL REPORT OREGO$ TO: Douglas J. Schmitz, City Manager FROM: Joel B. Komarek, Acting City Engineer PREPARED BY: George Dwire, Construction Supervisor/4M SUBJECT: Recommendation of Bid Award for Construction of Work Order 1163, 2002 Pavement Management Program, Phase 1 —Structural Repairs DATE: May 13, 2002 Action The City Council is requested to award a public improvement contract to Roy L. Houck Construction Company in the amount of$101,755.50 for the 2002 Pavement Management Program, Phase 1 — Structural Repairs. Introduction This Contract requires Council award in order to comply with City and State contracting and purchasing procedures. Discussion At 11:00 a.m., on Tuesday, May 7, 2002, the City of Lake Oswego opened bids for the above referenced project. Four bids were received with the apparent low bid being submitted by Roy L. Houck Construction Company. The bidders and the amount of their bids are tabulated below: 2 Council Report May 13, 2002 Page 2 of 2 Bidder Bid Roy L. Houck Construction Company $101,755.50 Morse Bros., Inc. $119,836.50 Brix Paving $120,253.95 Benge Construction Company $144,867.75 Engineer's Estimate $127,251.00 On May 7, 2002, the City received a formal bid protest from Morse Bros., Inc. The basis of the protest made by Morse Bros., Inc. was that the proposal submitted by Roy L. Houck Construction Company was incomplete because it lacked required additional experience references and their first-tier subcontractor disclosure form was incomplete as originally submitted. Both of these items were submitted within three hours of the bid opening and, Evan Boone, Deputy City Attorney, found that late submission of these documents was a minor informality because they were corrected promptly without prejudice to other bidders or the City, and the informality did not affect price, quantity, quality, delivery, or contractual conditions. Therefore, based upon a thorough review of the bidding requirements and the arguments presented in the protest letter, the City denied the protest of Morse Bros., Inc. Based upon a review of the bids by staff, the bid submitted by Roy L. Houck Construction Company was deemed responsive and responsible. Alternatives The alternatives are to: 1) award the contract or 2) reject all bids and re-bid the project. Conclusion City staff prepared the bidding documents for this project in accordance with the City's requirements for public improvement contracts. The bidding process was conducted in accordance with the City's public contracting procedures. Staff, therefore, recommends that Council award the contract to Roy L. Houck Construction Company in the amount of $101,755.50. I-1\Kathyg\WO\l 163\Phase 1\WO 1163-Phase I Council Report doc 22