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