Loading...
HomeMy WebLinkAbout16 - Sidewalk, Curb and Gutter Replacement FY 2006-07CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 16 February 26, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Thomas Sandefur 949 - 644 -3312 or tsandefur @city.newport- beach.ca.us SUBJECT: Sidewalk, Curb and Gutter Replacement FY 2006 -07 —Completion and Acceptance of Contract No. 3866 RECOMMENDATIONS: 1. Accept the completed contract work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 26, 2007, the City Council authorized the award of the FY 2006 -2007 Sidewalk, Curb and Gutter Replacement Program to Nobest, Inc. The contract provided for the removal and reconstruction of sidewalk, curb and gutter in the airport area; East Coast Highway curb and gutter construction from Cameo Highlands Drive to Pelican Point Drive; Balboa Peninsula beach walkway replacement; and Bayside Drive Park asphalt walkway replacement. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $541,006.00 Actual amount of bid items constructed: $606,552.00 Total amount of change orders: $41,696.12 Final contract cost: $648,248.12 The increase in the amount of actual bid items constructed over the original bid amount resulted from the increased area of sidewalk, curb, gutter and driveway approach to Sidewalk, Curb and Gutter Replacement FY06 -07 - Completion and Acceptance of Contract No. 3866 February 26, 2008 Page 2 maximize the replacement contract and repair as much concrete infrastructure as possible at competitive market prices. The final overall construction cost including two Change Orders was 19.8 percent over the original bid amount. The two change orders were as follows: Change Order No. 1 in the amount of $33,820.08 provided for the repair of degraded wheelchair ramps in the airport area and repair of electrical conduit under driveway approaches. Change Order No. 2 in the amount of $7,876.04 provided for additional curb and gutter and the cleaning and tightening of utility lid bolts. Pursuant to Council Policy F -3, City Manager approval is required to authorize change orders in excess of 110 percent and up to 125 percent of the original contract award. An interdepartmental memorandum was prepared by staff requesting the authorization of change orders and additional work and was approved by the City Manager. The total cost of construction was $648,248.12. Other Project. Costs: In addition to the Construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction Construction Inspection Geotechnical Incidentals Total Project Cost Environmental Review: $648,248.12 $15,288.76 $7,210.00 $114.00 $670,860.88 This project was categorically exempt from the provisions of CEQA per Section 15301(c), since the project consists of repairs to existing sidewalk that do not expand use of the facilities. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work two City prepared notices were distributed by the Contractor to both residents and businesses. Sidewalk, Curb and Gutter Replacement FY06 -07 - Completion and Acceptance of Contract No. 3866 February 26, 2008 Page 3 Funding Availability: Funds for the construction contract were expended from the following accounts: Account. Description General Fund Tide and Submerged Lands General Fund PCH Relinquishment Account.Number 7013- C5100020 7231- C5100570 7015- C3170818 7254- C3140850 Total Amount $368,200.08 $100,000.00 $114,998.04 $65,050.00 $648,248.12 All work was completed on January 8, 2008, the scheduled completion date. Prepared by: Submitte Thomas Sandefur S h- Badum Associate Civil Engineer ubli orks Director