Loading...
HomeMy WebLinkAboutSR - AGR-6210 - 2014-15 CONCRETE REPLACEMENT VARIOUS LOCATIONS PHASE 29y ,p � aw aW. Py4 bN1Y TO: AGENDA ITEM March 10, 2015 Honorable Mayor and Members of the City Council THRU: John W. Sibley City Manager FROM: Joe DeFrancesco Public Works D ector ReviewedNer ed By: City Manager Finance Dire or To Be Presented By: Joe DeFrancesco X Cons Calendar City Mgr Rpts Council Reports _ _ Legal Affairs Boards /Crates Public Hrgs Admin Reports _ Plan/Environ 1. SUBJECT Award of Contract - Bid No. 145 -31; SP -3904; Annual Concrete Replacement at Various Locations Phase 2, Fiscal Year 2014 -15. 2. SUMMARY Twelve (12) bids for the Annual Concrete Replacement at Various Locations Phase 2, Fiscal Year 2014 -15 (SP -3904) were received and opened on February 26, 2015. The apparent responsive low bidder is C.J. Concrete Construction, Inc. in the amount of $589,300.00. 13. RECOMMENDED ACTION 1. Reject the bid received from the apparent low bidder, Smart Tech Group, Inc. (Smart Tech), a California corporation, on the basis that the bid was not responsive. 2. Award a contract in the amount of $589,300 to C.J. Concrete Construction, Inc. and authorize the Mayor and City Clerk to execute the necessary documents on behalf of the City. 14. FISCAL IMPACT Funds are budgeted in the Capital Improvement Program and are available in the following accounts: 263.5021.51700.00000 (Measure M — Contractual Services) $ 175,000 263.5011.56330.13120 (Local Street Maintenance) $ 475,000 Total: $ 650,000 15. STRATEGIC PLAN GOAL(S) lb. Provide for a safe community - Provide and maintain infrastructure necessary to ensure the safety of the public. 4b. Provide outstanding public service - Provide facilities and services to meet customer expectations. ITEM �' ), I R 1 3/10/2015 .s OPrinted on Recycled Paper 6. GENERAL PLAN IMPLEMENTATION ::1 Infrastructure Element Goal 3.0 Ensure adequate maintenance of public rights -of -way to enhance public safety and improve circulation. Policy 3.1: Continue to maintain and repair sidewalks and pavement surfaces on public rights - of -way. 7. DISCUSSION and BACKGROUND This project is part of the annual street maintenance activities for curb and gutter, sidewalk, driveway, and cross gutter replacement at various locations City wide. The City has prepared a list of streets requiring concrete rehabilitation for high maintenance areas for fiscal year 2014 -15. This project is the second of two proposed concrete replacement projects; the first project was completed and accepted by City Council on December 9 1h 2014. The City Council previously approved advertisement for bids on February 10, 2015. The project was publicly advertised for two weeks. The bids were opened on February 26, 2015. Fifteen (15) bid proposals were sold and twelve (12) bidders responded as follow: 1. Smart Tech Group, Inc. $574,950 2. C.J. Concrete Construction, Inc. $589,300 3. CLS Constructors, Inc. $616,800 4. EBS General Engineering, Inc. $650,650 5. Carvajal Trucking & Tractor, Inc. $685,070 6. Horizons Construction Co. $693,800 7. Minako America Corp. $713,500 8. Vido Samarzich, Inc. $715,300 9. Unique Performance Const., Inc. $762,230 10. ND Construction Company, Inc. $775,050 11. All American Asphalt Corp. $887,885 12. Kalban, Inc. $1,148,500 Upon review of bids received, staff determined that Smart Tech Group, Inc. was not responsive to and did not conform in all material respects to the specifications contained in the City's invitation to bid. Section "2 -1.2 Qualifications of Bidders" of the City of Orange Special Provisions required bidders to have a minimum of five years experience in completing contracts of a similar nature. But our check with the Contractors' State License Board shows that Smart Tech has held a Class A license for less than 5 years at the time of bid submittal, meaning that Smart Tech has not met the minimum work experience required to qualify as a responsive bidder for the above - referenced project. Staff has met with Smart Tech regarding the minimum experience required and has notified Smart Tech about this City Council Meeting. C.J. Concrete Construction, Inc. is the apparent responsive low bidder. This contractor had performed several project for the City of Orange. All projects were completed within project specifications and on schedule. Therefore, staff recommends that C.J. Concrete Construction, ITEM 2 3/10/2015 OPrinted on Recycled Paper Inc. be awarded the contract in the amount of $589,300 for the Annual Concrete Replacement project Phase 2, FY 2014 -15. The estimated total quantities for the Annual Concrete Replacement Project at Various Locations Phase 2, FY 2014 -15 are as follows: 1. 2,500 linear feet of curb and gutter 2. 25,000 square feet of sidewalk 3. 3,000 square feet of driveway apron 4. 10,000 square feet cross gutter and spandrel 5. 70 ADA wheelchair accessible ramps upgrade The Engineer's Construction Cost Estimate is $603,500, which includes approximately 10% construction contingency. Upon bid opening, the estimated project cost is $648,230, which includes the apparent responsive low bid of $589,300, approximately 10% contingency. Construction is scheduled to begin in late April 2015 and be completed by July 2015. 8. ATTACHMENTS • Bid Abstract JD:at:ly N: \Public Works\ADMIN \ADMIN \LYoung \LYoung \Council Items \COUNCIL \March - 2015`3- 10- 15\BID 145 -31 AWARD ANNUAL CONCRETE \SP 3904 Award Annual Concrete Phase 2- 14- 15.docx ITEM 2 3/10/2015 .s Printed on Recycled Paper