Loading...
HomeMy WebLinkAbout10 - Storm Drain Repair / Rehabilitation ProjectQ �EwaaR� O INA >, z Cq<I FO RNP TO: FROM: CITY OF NEWPORT BEACH City Council Staff Report March 13, 2018 Agenda Item No. 10 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Kathryne Cho, Civil Engineer, kcho@newportbeachca.gov PHONE: 949-644-3014 TITLE: Storm Drain Repair / Rehabilitation Project — Award of Contract No. 8163-1 ABSTRACT: Staff received construction bids for the Storm Drain Repair / Rehabilitation Project and requests City Council approval to award the construction contract to Sancon Technologies, Inc. (Sancon) of Huntington Beach, California. RECOMMENDATION: a) Find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302(c) (replacement of existing facilities involving no expansion of capacity) of the CEQA Guidelines, because it has no potential to have a significant effect on the environment; b) Approve the project drawings and specifications; c) Award Contract No. 8163-1 to Sancon for the total bid price of $626,975.00, and authorize the Mayor and City Clerk to execute the contract; and d) Establish $63,025.00 (approximately 10 percent), contingency amount to cover the cost of unforeseen work not included in the original contract. FUNDING REQUIREMENTS: The current adopted budget includes sufficient funding for this project. The following fund will be expensed: Account Description Account Number Amount General Fund (18D02) 01201926-980000-18D02 $ 705,000.00 Total: $ 705,000.00 10-1 Storm Drain Repair / Rehabilitation Project — Award of Contract No. 8163-1 March 13, 2018 Page 2 Proposed uses for the funds are as follows: Vendor Purpose Low Sancon Technologies, Inc. Amount Sancon Technologies, Inc. Construction Contract $ 626,975.00 Sancon Technologies, Inc. Contingency $ 63,025.00 Various Incidentals, Printing, Geotech $ 15,000.00 Total: $ 705,000.00 BACKGROUND: The City has over 33,000 linear feet of piping in its storm drain system, where certain segments may be over 50 years old. The City has previously prepared a Storm Drain Master Plan in May 1999. Since then, City has systematically repaired and replaced storm drain piping based on the severity of the damage to the pipe. In November 2015, City contracted Downstream Services, Inc. (Downstream) to assist in developing a storm drain maintenance and capital construction program. Downstream provided storm drain video inspection (CCTV) and as -needed pipeline clearing. Once the CCTV work was completed, Public Works staff coordinated with Municipal Operations staff to determine the specific pipe segments to be included in this fiscal year's storm drain project. There are 15 pipe segments identified in the contract documents that have been determined as needing immediate attention. DISCUSSION: At 10 a.m. on February 7, 2018, the City Clerk opened and read the following bids for this project: Bidder Total Bid Amount Low Sancon Technologies, Inc. $ 626,975.00 2nd Paulus Engineering, Inc. $ 729,562.00 3rd NuLine Technologies LLC $ 864,690.00 4th Southwest Pipeline and Trenchless Corp $ 997,240.00 The total bid amount submitted by the low bidder, Sancon, is one percent less than the Engineer's Estimate of $635,000.00. Sancon's bid also includes two additive line items to clean and install structural lining in an arch storm drain. Sancon, possess a valid and current California State Contractor's License Classification "A" as required by the contract documents. A check of the Contractor's references indicate satisfactory completion of similar projects for the City and other public municipalities including LA County Sanitation District, City of Buena Park, and Long Beach Water Department. The work necessary for the completion of this contract consists of distributing construction notices to affected business and residents; cleaning, inspecting and CCTV recording the storm drain lines; installing structural lining in existing corrugated metal pipe (CMP); trench excavating and replacing storm drain pipe sections; resurfacing affected areas and all other work as described in the contract documents. 10-2 Storm Drain Repair / Rehabilitation Project — Award of Contract No. 8163-1 March 13, 2018 Page 3 Pursuant to the contract specifications, the contractor will have 45 consecutive working days to complete the work. Liquidated damages are set to $1,000.00 per calendar day in case of tardy completion. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302(c) (Replacement or Reconstruction), on the basis that the Project consists of the replacement or reconstruction of existing public facilities, involving no expansion of capacity, of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENT: Attachment A — Location Map 10-3 ATTACHMENT A NOT TO SCALE STORM DRAIN REPAIR / REHABILITATION CITY OF NEWPORT BEACH PROJECT (18D02) PUBLIC WORKS DEPARTMENT LOCATION MAP C-8163-1 03/13/18 10-4 d - X PROJECT LOCATIONS* 1 COAST HWY E / SEAWARD RD 2 COAST HWY E / GOLDENROD AVE 3 COAST HWY W AT MARINER'S MILE 4 DOVER DR / MARINERS DR 5 BACK BAY DR W / EASTBLUFF DR 6 JAMBOREE RD / SAN JOAQUIN HILLS RD 7 BAYSIDE DR / MARINE AVE *some locations may have multiple segments STORM DRAIN REPAIR / REHABILITATION CITY OF NEWPORT BEACH PROJECT (18D02) PUBLIC WORKS DEPARTMENT LOCATION MAP C-8163-1 03/13/18 10-4