Loading...
HomeMy WebLinkAbout08 - Annual Concrete Replacement Program — Award of C-7682-1 (20R06)Q SEW Pp�T CITY OF z NEWPORT BEACH c�<,FORN'P City Council Staff Report November 19, 2019 Agenda Item No. 8 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Ben Davis, Associate Civil Engineer, bdavis@newportbeachca.gov PHONE: 949-644-3317 TITLE: Annual Concrete Replacement Program — Award of Contract No. 7682-1 (20R06) ABSTRACT - Staff has received construction bids for the annual Concrete Replacement Program and requests City Council approval to award the construction contract to Western Construction Specialists, Inc. This project will replace deteriorated sidewalks, driveways, curbs and gutters in the Harbor View, Newport Ridge and Newport Coast neighborhoods. RECOMMENDATION: a) Find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301(c), Class 1, (maintenance of existing public facilities involving negligible or no expansion of use), of the CEQA Guidelines, because this project has no potential to have a significant effect on the environment; b) Approve the project plans and specifications; c) Award Contract No. 7682-1 to Western Construction Specialists, Inc., for the total bid price of $741,300.00, and authorize the Mayor and City Clerk to execute the contract; and d) Establish $37,000.00 (approximately 5 percent) contingency to cover the cost of unforeseen work not included in the original contract. FUNDING REQUIREMENTS: Sufficient funding is available in the current Capital Improvement Program budget for the award of this contract. The following funds will be expensed: Account Description Account Number Amount Measure M Fair Share 12201-980000-20R06 $ 500,000.00 Neighborhood Enhancement 53601-980000-20R06 $ 158,899.75 Neighborhood Enhancement 53601-980000-20R11 $ 123,100.25 Total: $ 782,000.00 8-1 Annual Concrete Replacement Program — Award of Contract No. 7682-1 (20R06) November 19, 2019 Page 2 Proposed fund uses are as follows: Vendor W. Construction Specialists, Inc. W. Construction Specialists, Inc. Various Purpose BIDDER Amount Construction Contract $ 741,300.00 Construction Contingency $ 37,000.00 Printing & Incidentals $ 3,700.00 Total: $ 782,000.00 Staff recommends establishing $37,000.00 (approximately 5 percent of total bid) for contingency purposes and unforeseen conditions associated with construction. DISCUSSION: At 10 a.m. on October 24, 2019, the City Clerk opened and read the bids for this project: * Deemed Non -Responsive The City received ten bids for this project. Upon review of the bid documents from the apparent low -bidder, Golden Gate Steel, Inc., it was determined the contractor was deemed non-responsive because they did not meet the self -performance requirement as required by the project specifications. Staff contacted Golden Gate Steel shortly after the bid opening and discussed this requirement. The contractor now understands this contract requirement and concurs with staff's determination. The second low bidder, Western Construction Specialists, Inc., possesses a California State Contractor's License Classification "A" and "C-8" Concrete Contractor, as required by the project specifications. A review of references for Western Construction Specialists, Inc. shows satisfactory completion of similar contracts for other municipalities. The second low bid was 5.9 percent above the Engineer's Estimate of $700,000. The disparity between the bid price and the Engineer's Estimate is due to slightly higher unit prices for concrete improvements. The proposed project includes replacement of deteriorated sidewalks, driveways, curbs and gutters, removal of trees, and restoring private improvements within the Harbor View, Newport Ridge and Newport Coast neighborhoods. BIDDER TOTAL BID AMOUNT Low Golden Gate Steel, Inc.* $ 718,815.00 2nd Western Construction Specialists, Inc. $ 741,300.00 3rd S&H Civilworks, Inc. $ 763,500.00 4th EBS General Engineering, Inc. $ 815,155.00 5th On x Paving Co, Inc. $ 837,000.00 6th Gri olla & Sons Construction Co, Inc. $ 909,377.00 7th CT&T Concrete Paving, Inc. $ 930,150.00 8th Nobest, Inc. $ 1,055,000.00 9th Moreno Valley Construction, Inc. $ 1,092,250.00 10th Cal romax Engineering, Inc. $ 1,240,100.00 * Deemed Non -Responsive The City received ten bids for this project. Upon review of the bid documents from the apparent low -bidder, Golden Gate Steel, Inc., it was determined the contractor was deemed non-responsive because they did not meet the self -performance requirement as required by the project specifications. Staff contacted Golden Gate Steel shortly after the bid opening and discussed this requirement. The contractor now understands this contract requirement and concurs with staff's determination. The second low bidder, Western Construction Specialists, Inc., possesses a California State Contractor's License Classification "A" and "C-8" Concrete Contractor, as required by the project specifications. A review of references for Western Construction Specialists, Inc. shows satisfactory completion of similar contracts for other municipalities. The second low bid was 5.9 percent above the Engineer's Estimate of $700,000. The disparity between the bid price and the Engineer's Estimate is due to slightly higher unit prices for concrete improvements. The proposed project includes replacement of deteriorated sidewalks, driveways, curbs and gutters, removal of trees, and restoring private improvements within the Harbor View, Newport Ridge and Newport Coast neighborhoods. Annual Concrete Replacement Program — Award of Contract No. 7682-1 (20R06) November 19, 2019 Page 3 Pursuant to the Contract Specifications, the Contractor will have 90 consecutive working days to complete the work. Work is scheduled to start in early January. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301(c), Class 1, (maintenance of existing public facilities involving negligible or no expansion of use) of the CEQA Guidelines, because this project 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 HIN CITY OF COSTA MESA 17TI 15TH PROJECT LOCATION PROJECT LOCATIONS ATTACHMENT A JOHN WAYNE AIRPORT ................... ............... oce PROJECT LOCATIONS VICINITY MAP NOT TO SCALE CONCRETE REPLACEMENT PROGRAM LOCATION MAP CITY OF IRVINE PROJECT LOCATIONS Z13 7--�6-6w, 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-7682-1 1 11/19/19 m