Loading...
HomeMy WebLinkAboutResolution No. 2008-44Suggested by: Administration CITY OF KENAI RESOLiITYON NO. 2008-44 A RESOLUTION OF THE COUNCIL OF THE CITY OF KENAI, ALASKA, APPROVING A CONTRACT TO SOUTHCENTRAL CONSTRUCTION, INC. FOR THE PROJECT ENTITLED MARATHON ROAD IMPROVEMENTS - ?.008 FOR THE TOTAL AMOUNT OF $1,016,265.90. WHEREAS, the following bids were received on July 8, 2008: __ BIDDERS BASIC BID __ Wolverine Su 1 ,Inc. $1,126,600.00 struction, Inc. North Star Paving 8v Con $1,097,943.50 _ Alaska Roadbuilders, Inc. $1,042,844.00 Southcentral Construction, Inc. Engineer's Estimate $1,016,265.90 $ 982,230.00 ;and, WHEREAS, Southcentral Construction, Inc.`s bid is the lowest responsible bid and award to this bidder would be in the best interest of the City; and, WHEREAS, the recommendation from the City Administration is to award the contract to Southcentral Construction, Inc. for the total cost of X1,016,265.90; and, WHEREAS, sufficient monies are appropriated. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF KENAI, ALASKA, that the contract for the project entitled Marathon Road Improvements - 2008 be awarded to Southcentral Construction, Inc. for the total amount of $1,016,265.90. PASSED BY THE COUNCIL OF THE 2008. ATTEST: ~r Carol L. Freas, City Clerk Approved by Finance: ~'1~/ CITY OF KENAI, ALASKA, this 16th day of July PAT PORTER, MAYOR ~s~~~ -, ~w.. ttie c~~ a f KENA\v~ SKA "f/e(la9e wit~i a Past, Ge°ty wit~i a Future ~~ 210 Fidalgo Avenue, Kenai, Alaska 99611-7794 a~F~e~a~~„ Telephone:907-283-7535/FAX:907-283-3014 ,'IfI' 1992 MEMO: TO: City Council 4 FROM: Rick Koch DATE: July 9, 2008 SUBJECT: Marathon Road Improvements - 2008 The purpose of this correspondence is to recommend award of the above referenced construction contract in the amount of $ 1,016,265.90 to Southcentral Construction, Inc. The bids received were as follows: Southcentral Construction, li1c. $ 1,016,265.90 Alaska Roadbuilders 1,042,844.00 North Star Paving, Ina 1,097,943.50 Wolverine Supply, Inc. 1,126,600.00 Engineers Estimate 982,230.00 During our review of the bids we found that Bob Boozer was listed as a principal, and had signed the bid bond as a witness for Southcentral Construction, Inc. We also found that Bob Boozer was listed as the company contact, and had signed the contractor's qucstiom2aire as the vice-president of operations for North Star Paving, Inc. As a result Cary Graves and I met with Mr. Ken Griner, the president/general manager of Southcentrai Construction, Inc. to investigate why Mr. Boozer was included in both bid packages. During our meeting with Mr. Griner he explained both Iv1r. Boozer is a shareholder only, in. Southcentral Construction, Ina, and has no involvement in the operation of the company, or in the preparation of bids. ?vIr. Griner stated that Mr. Boozer neither received nor shared any information about the bid or prices. He explained that Ivlr. Boozer was at his home for dumer of Iuly fourth and since he was there he asked lvm to be the witness on the bid bond. Ror your information, the bid bond does not contain the amount of the bid, only that is for five-percent of the bid. Further, if the bid bond was witnessed on 7u1y fourth it is doubtfiai that Mr. Griner would have known with auy accuracy the aanount of Southcenfra] Construction, Iuc.'s bid, since he probably would not have received sub- quotes at that time. While Mr. Boozer being included in both bid packages raises these questions, Mr. Graves and I have concluded the evidence does not indicate collusion has occun-ed. y, ANA rl~~~rs eli;~y Cons"u.LIN14EL,L July 10, 2008 Mr. Wayne Ogle Public Works Director City of Kenai 210 Fidalgo Avenue Kenai, Alaska 99611-7794 Re: Marathon Road Improvements 2008 Recommendation of Award Dear Mr. Ogle: File: 07-032 Bids for the above referenced project were opened on July 8, 2008 at 2:00 PM. Four bids were received and opened. We have reviewed the bids submitted, and all bids appear to be responsive and balanced and meet the requirements of the specifications. The bids were checked for mathematical correctness and no errors were found.- The attached Bid Tabulation sheets showall>the unit prices, calculations, and summation of the bids. The bids and ranking are summarized below: Rank CONTRACTOR Total Bid Engineers Estimate $982,230.00 1 Southcentral Construction, Inc $1,016,265.90 2 Alaska RoadBuilders, Inc $1,042,844.00 3 North Star Paving & Construction, Inc $1,097,943.50 4 Wolverine Supply, Inc $1,126,600.00 Based on the above, we recommend that the City award the contract to Southcentral Construction Ina, contingent upon sufficient funds available in accordance with the Bid Schedule. Please contact Jeff Fuglestad or myself if you have any questions regarding this matter. Sincerely, HATTENBURG,IDILLEY & LINNELL j~, ~ / ry ! ~j ' (l tj~ ~..,1t~ ~ scetl Flattenburcl, PE Dennis R. Lmnell, P.E. Principal Civil Engineer Lurie C7111ey. PE/CPG Dennis Lmnell, PE EnCI: Ala I_~~n~in;, PE Bid Tabulation (2-8.5x11 pages) a33r P, ll~ eoolevartl ~ Suite 16C Anchor~g_ Ahsl<a 995,;4 ~ Nhone: 907.551212G~~~~~ ! ~x 307 - ~~~~~ Ci642122 II08 South Galley Sfreot Suite 162 -Palmer Alaska 99645 ~ Phona: 907.74G.5°~30 Far.'. 907]46.5?.6'I W N u: C O \V //~~// M~_ I.1. W d ~_ :. G a O d M 'g O (1~ ~p Q m n`. - ~ , ~ ~ ~ ~ ~ ~ a `d, S oo 0o m J ~c ~a E C ' r y Y Z 4` 2i © ° ~ ~ h ~ 2i I _ C ~ E ' A ~ f C, ~ m ~ Ct. U 0 Q J v a U v o 0 ~ 4 M ~ U N N ~ i ~ O ~ O I i ~ I ~ o j ~ E ~ ~ ~ ~ f G Q O O ~ O, d c F D 0] ~ i u u J r Y ~ Y v ~` Y' 'a c F } i r. 1- c 1~ ! ~ 'Zj - U W W W W iLl W c 1~ VI I h f, - U N C T i ~ N Q i, ti ~ o ~~ ~ ~ >, ~ ~ a - ~ c] E s _ a ~ U t° ~ a _ _ _ ~ ~ r a in U U w ~ ~ y m ~ o o a c _ u < 3 L v ~ ~ O O O i N F < f U _ . R . a 'v. _ ~ _ _ ~ ¢' G G E E E = a = ~ N V) C E 1T C 5 ~ tt K ~ m O ¢ S a W W vl G' ¢ U a G a ~ Z E f 4 _ Q ~ ~ N m m a O ti O O N ^~ W N ^^\\ OO O `V ~V ~M W Q .~ 8 f P i~ ~ (~ ~ 8 S i i i o is ~ ~ X 8 o o ( o 9 i 8 ~ ° ~ y ~ ' ~ o S i 6 ~ N M ~ ' ' i O u4i O a O x j o O ( o ~ o ~ O O - ~ O ~ O i i m I LL , ~ ~ E E E E E ~ E E _ ti ' ' U N m ~ (~ (~ v , a E u w '~ ° E F ~ `~ ~ E LL E _ _ j E c E ~ E E E ril vl U v1 U (n J U v) U N U v1 i _ _ - _ _ _ _ _ _ _ _ _ E _ ¢ ¢ Q 6 Q 4 Q C Q Q Q Q Q V E U U _ 1 ¢ p E U = N 0 0. Q ~ Y ~ E .y ` ~ < o o U m p ~ H ~ 7 m E < 6 ~ ~ E . ¢ s o z 2 ( N ( n J ~ . ~ (~ pa . ~ m ~ ~ Q ~ ' W :; v U ¢ _ ~ a ~ _ ~ m 'n E ` . 3 _ E Q N y _ (~ V1 N ~ 1- 4 < J) F LIl Q ( 1- R 1~ 1- S S G U 2 - _ _ w E i~ _ ~ ti N