HomeMy WebLinkAbout35-87 RESOLUTION•
RESOLUTION 35-87
No resolution written for this resolution.
May 19, 1987
WEDINGTON SEWER IMPROVEMENT DISTRICT
Attorney Rick Osborne, speaking for the Wedington Sewer
Improvement District, told the Board that an error had been made
when notice was sent to owners of property within the district.
Osborne said notice was sent by regular mail and the law requires
notice to be made by certified mail. Osborne said that the public
hearing would have to be held again, for public comment to
determine the sufficiency of the petition, and that at the next
Board meeting on June 2, the Board would have to consider re-
enactment of the ordinance. Osborne said bond counsel has also
advised a number be assigned to the district -- Wedington Drive
Sewer Improvement District No. 1.
The Mayor opened the public hearing for public comment to
determine the sufficiency of the petition to form the district.
The Mayor asked if anyone wished to speak. Osborne told the Board
the signers of the petition constitute own over 65% of the
assessed value of property in the district. The hearing was
closed, to be reopened for comments on June 2.
WASTEWATER TREATMENT PLANT ITEMS
SLUDGE VEHICLES.
The Mayor introduced the award of bid for sludge application
vehicles for the wastewater treatment project. She reported that
CH2M Hill, the engineer, recommends the award of bid to the lower
of two bidders, I.M.E., bidding a lump sum of $208,000; she said
the engineer reports grant money is available for these vehicles
out of contingency amounts which will be otherwise unused since
there were more deductive change orders than additive ones.
Director Bumpass, seconded by Hess, moved the award of bid as 147.4
recommended. Upon roll call, the motion passed, 7-0.
I'2
147.1
147.2
147.3
SLUDGE SPRINKLERS
The Mayor introduced the award of bid for sprinklers for the 147.5
sludge management project. She reported the engineer recommends
the award to Hobbs -Adams Engineering Company, bidding a lump sum
price of $329,232. She noted the engineer had judged Hobbs -Adams
to be the lower of three bidders since the "apparent" low bidder
could not meet delivery requirements. She added that only four of
the 16 sprinklers would be grant eligible, with the remainder of
the expense to be taken from contingency funds.
148.
May 19, 1987
148.1 Dennis Sandretto, speaking for CH2M Hill, updated the Board on a
revision to their recommendation. Sandretto said the "apparent"
low bidder, Rainbow, had made an exception from. 120 days to 180
days. Sandretto said Rainbow has now pointed out that the bid
document states that the contract award may take 75 days from the
bid opening to the Notice of Award, with 120 days following that
until the delivery date. Sandretto said Rainbow had calculated a
total of 195 days, and therefore proposed 180 days.
148.2 Sandretto said Rainbow also submitted a standard warranty which
indicated it superceded all other warranties, and had conditions
in opposition to the warranty requirements of the contract
documents. Sandretto said Hobbs -Adams submitted a statement that
they would abide by the warranty in the document. Sandretto said
for that reason the engineer has determined Rainbow is "not
responsive".
148.3 Sandretto said that, according to the City Attorney, Arkansas law
would permit the Board to award to a contractor who is not the
lowest bidder but EPA regulations dictate the Board award to the
lowest responsible responsive bidder.
148.4 Sandretto said, excluding sales tax, Hobbs -Adams' bid is about
$7,000 higher than Rainbow's bid.
148.5
148.6
Director Hess asked if the differences in warranties would create
a greater cost to the City. Sandretto said the possibility was
there, the equipment was worth close to $250,000, and if there was
some major defect in all of the equipment, he could foresee the
possibility of a substantial cost.
In reference to the point of hydraulic drive versus mechanical
drive, Sandretto added that Rainbow has submitted a calculation
showing their drive to be less expensive than Hobbs -Adams' drive.
Hess commented that correspondence received after bids --have
already been opened is probably not relevant.
148.7 The City Attorney quoted from McQuillan on Municipal Corporations,
which he indicated correctly stated the law in Arkansas -- that
"bids cannot be changed in substance after presentation and the
lapse of the designated time for opening bids but merely
irregularities in form may, after opening, be corrected or
disregarded. In proper circumstances the contract may be awarded
to one who is not the lowest bidder where this is done in the
public interest and the exercise of discretionary power granted
under the laws without fraud, unfair dealing or favoritism and
where there is a sound and reasonable basis for the award is
made." McCord said that the EPA, however, takes the position
that, if you don't award to the lowest responsible bidder meeting
bid specifications, the award will not be grant -eligible.
148.8 McCord quoted from the law, which states -- "if the lowest
bidder does not comply with valid conditions in
Fr
J
May 19, 1987
connection with his bid, the municipality may and should reject
such bid. There must be a substantial compliance with the
proposal to warrant the consideration of the bid. If the omission
or irregularity is merely technical, it may be overlooked. But if
there is a substantial requirement affecting the amount of bid or
the like, the municipality must reject such bid, notwithstanding
it is the lowest bid."
Sandretto advised the Board to send its resolution to EPA for
their concurrence, and if they agree, the award is grant eligible.
McCord said if all bidders unquestionably met bid specifications
and the Board awarded to a bidder other than the lowest bidder
because it preferred the equipment, the EPA would not
participate...if however a particular bidder is the low bidder but
does not meet bid specifications, under the law the contract
should not be awarded to that bidder.
Sandretto suggested, if the Board agrees with the engineer, it
pass a resolution making the award conditional upon the actions of
the EPA.
Director Lancaster moved approval of a resolution, to be drafted
by the City Attorney, to award the contract to Hobbs -Adams.
Director Bumpass asked that the bidders be permitted to address
the Board.
A representative from Rainbow Irrigation Systems of Fitzgerald,
Georgia addressed the Board. He said he didn't think the point
was whether or not the EPA will accept the form of their bid. He
said they thought they were making an improvement in their
exception to the delivery requirements. He said they agreed to
the terms of the contract in all cases. He said they had offered
a more efficient drive system which will cost less to operate. He
said they did not take exception to the warranty but used a
standard warranty form in their package which was not intended to
override the warranty in the contract. He asked the Board for a
chance to perform the job better for $7,000 cheaper.
Director Martin said he thought the Board wanted to do business
with the lowest responsive bidder but just can't tell at this
point what the EPA's position will be.
The Rainbow representative said if the EPA judges their bid to be 149.8
nonresponsive they will withdraw their bid.
The City Attorney said he thought the only legal issue, as far as 149.9
the responsiveness of the bid, is the warranty, and the question
of whether it was a mere irregularity in form that can be
149.1
149.2
149.3
149.4
149.5
149.6
149.7
- 1 0
May 19, 1987
150.1 corrected or disregarded, or is this an attempt to change the bid
after the deadline.
150.2 A representative from Hobbs -Adams addressed the Board. He said
the specs required a gas hydraulic drive system. He said they bid
the project strictly as requested, making no exceptions to gas
hydraulic drive. He said had they made that exception their bid
would have been slightly lower, as the gas mechanical engine drive
is less costly than the gas hydraulic drive. He said they
specified 8 h.p. gas hydraulic drive to be certain that the drives
can achieve the maximum speed desired. He said they were prepared
to deliver in 60-90 days from acceptance date if it would be in
the best interests of the project.
150.3 The City Attorney said he understood the intent of Director
Lancaster's motion was approval of a resolution authorizing
execution of a contract for the equipment with Hobbs -Adams based
upon a determination by the Board of Directors that the warranty
bid by Rainbow did not meet the specifications, unless Rainbow
protests and EPA determines that Rainbow's bid did meet bid
specifications. Director Lancaster agreed.
150.4 Lancaster's motion was seconded by Director Marinoni.
150.5
Director Bumpass said he thought there was a risk in losing grant
eligibility. He asked what would happen if Rainbow protested and
the EPA found their bid to be responsive. It was clarified that
in that case Rainbow would be awarded the bid.
150.6 Director Martin asked what would happen if Rainbow did not protest
and the EPA decides the City did not take the low bid. Martin
said the award should not be conditioned only upon Rainbow's
protest. Sandretto suggested the resolution be worded to indicate
the Board is awarding the bid.to the lowest responsible responsive
bidder who has been determined to be Hobbs -Adams. He explained
that if the EPA decides the City made the wrong choice they will
not approve the award of the bid to Hobbs -Adams, and the bid award
would then fall back to Rainbow.
150.7 Sandretto said he thought a response would be received from the
EPA within 45 days.
150.8 The City Attorney read proposed wording for a resolution: "A
resolution authorizing the execution of a contract for the
equipment in question with Hobbs -Adams Engineering Company, based
upon a determination by the Board of Directors that Hobbs -Adams is
the lowest responsible responsive bidder. Said authorization is
contingent upon any timely protest by Rainbow to the EPA being
rejected, but if such protest is upheld, execution of the contract
for said equipment is hereby authorized with Rainbow. Directors
Lancaster
roll call,
RESOLUTION
RESOLUTION
May 19, 1987 151
and Marinoni agreed with the proposed wording. Upon
the motion passed, 7-0.
NO. 35-87 APPEARS ON PAGE OF ORDINANCE AND
BOOK
ENGINEERING AMENDMENT
The Mayor introduced a resolution authorizing an amendment to the
contract with CH2M Hill to provide additional resident inspection
and engineering services during the construction period between
April 1, 1987 and September 30, 1987, as a result of the
contractor's delay in contract completion. She said the engineer
estimates $90,000 for the period from April 1 to September 30.
She said the staff reports the amount could be billed to the
contractor under a provision in the contract calling for damages.
Director Bumpass moved to authorize the amount, provided that
Olson pays for it. Bumpass asked if the City could be assured
that money could be claimed against the bond under liquidated
damages, in the event Olson does not complete the contract.
Sandretto said the City is presently withholding liquidated
damages from the contractor because of the contractor's claim for
additional weather delays. .Sandretto said the engineer would have
a problem making their contract conditional upon the City's
ability to collect from the contractor. Bumpass said he thought
the rate payers should not have to undergo an additional burden
paying for these problems. Public Works Director Burch said the
City does have recourse and is depending on liquidated damages
provided for in the contract with Olson.
Director Hess asked if $90,000 could be retained from payment to
Olson. The City Attorney quoted from the contract provision which
states "in the event that the contractor should fail to complete
the work within the time limit or the extended time limit agreed
upon, liquidated damages shall be set at the rates designated in
the proposal plus any moneys paid by the owner to the engineer for
additional engineering and inspection services associated with
such delays." Director Hess asked if the City could withhold
money as liquidated damages, against claims for payments made by
the contractor. The City Attorney said the City could do that if
it is the positionit decides to take. Hess said if the City
would pay the engineer and withhold liquidated damages from the
contractor he would second the motion. Director Bumpass accepted
that amendment. The City Attorney suggested a proviso that such
withholding is permitted under contract documents. Bumpass and
Hess agreed with the proviso. Upon roll call, the motion passed,
7-0.
RESOLUTION NO. 36-87 APPEARS ON -PAGE OF ORDINANCE AND
RESOLUTION BOOK
COLLECTION SYSTEM CHANGE ORDER
The Mayor introduced approval of a change order to the contract
with Garvey Companies, for additional compensation due to work
151.2
151.3
151.4
151.'