File #: 2020-515    Version: 1 Name:
Type: Consent Status: Agenda Ready
File created: 7/15/2020 In control: City Council
On agenda: 7/21/2020 Final action:
Title: CONSIDER AWARD OF A CONSTRUCTION CONTRACT TO RJ NOBLE COMPANY FOR PROJECT NO. 1393-3: CITYWIDE ANNUAL OVERLAY PROGRAM AND PROJECT NO. 1411-3: CITYWIDE ANNUAL CONCRETE REPLACEMENT PROGRAM (CITY COUNCIL)
Sponsors: Public Works
Attachments: 1. Exh No. 1 Location Map
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Report to Mayor and City Council

Tuesday, July 21, 2020

Consent

 

 

SUBJECT:                     

Title

CONSIDER AWARD OF A CONSTRUCTION CONTRACT  TO RJ NOBLE COMPANY FOR PROJECT NO. 1393-3: CITYWIDE ANNUAL OVERLAY PROGRAM AND PROJECT NO. 1411-3: CITYWIDE ANNUAL CONCRETE REPLACEMENT PROGRAM (CITY COUNCIL)

 

Body

I.                     SUMMARY

On April 21, 2020, the City Council approved the plans, specifications and estimates (PS&E) for Project No. 1393-3: Citywide Annual Overlay Program, and Project No. 1411-3: Citywide Annual Concrete Replacement Program (Exhibit Nos. 1 and 2). To maximize economies of scale, these two projects have been combined, with a total budget of $1,500,000.00.

The Invitation for Bids (IFB) was advertised in the Our Weekly Publication, and through the PlanetBids portal from May 21, 2020 to June 9, 2020. Seven bids were received, and it was determined that RJ Noble Company was the lowest responsive and responsible bidder, with a total bid amount of $1,479,975.00,  subject to Project Labor Agreement (PLA).

 

II.                     RECOMMENDATION

Recommendation

                     TAKE the following actions:

1.                     AWARD a Construction Contract to RJ Noble Company, the lowest responsive and responsible bidder for Project No. 1393-3: Citywide Annual Overlay Program, and Project No. 1411-3: Citywide Annual Concrete Replacement Program, in the amount of $1,479,975.00, subject to Project Labor Agreement.

2.                     AUTHORIZE the expenditure of construction contingencies in the amount of $221,996.25 (15%) for any unforeseen construction work such as substructure conflicts, contaminated soil removal and disposal, material testing, and other work that may be necessary to complete this project.

3.                     AUTHORIZE the Mayor to execute a Construction Contract with RJ Noble Company, following approval as to form by the City Attorney.

 

Body

III.                     ALTERNATIVES

1.                     REJECT all bids.

2.                     TAKE another action the City Council deems appropriate consistent with the requirements of the law.

 

IV.                     BACKGROUND

On April 21, 2020, the City Council approved Agenda Item No.8, approving the PS&E, and authorizing staff to advertise the work and call for construction bids for Project No. 1393-3: Citywide Annual Overlay Program and Project No. 1411-3: Citywide Annual Concrete Replacement Program.

The Annual Overlay Program will improve Victoria Street from Figueroa Street to Avalon Boulevard and other various streets on adjacent zones. It consists of grinding two inches of existing asphalt pavement surface, removal and reconstruction of deteriorated roadway section, laying-down of AC leveling course and asphalt rubberized hot mix (ARHM), installation of pavement markings, re-striping, and other related work.  Victoria Street will have a new bike lane striped spanning from Figueroa Street to Avalon Boulevard.

The Annual Concrete Replacement Program will improve the conditions of various types of concrete along Victoria Street from Figueroa Street to Tamcliff Ave. The project consists of repair of damaged concrete pavement, sidewalks, driveway approaches, curbs and gutters, access curb ramps, and tree removals, restoration of concrete improvements to City standard, and compliance with Americans with Disabilities Act (ADA) requirements.

These projects are combined to maximize economies of scale while addressing sub-standard elements, maintenance issues, and ADA compliance. The locations were selected based on the 2017 Pavement Management Program (PMP), the 2017 Sidewalk Assessment Report (SAR), and the allocated budget.

The Purchasing Division advertised the projects for construction bids from May 21, 2020 to June 9, 2020; seven bids were received through PlanetBids and opened by the Purchasing Division Manager at the City Clerk’s office on June 9, 2020. The bid results are listed below:

No.

Bidder

Place of Business

PLA Bid Amount

1

RJ Noble

Orange, CA

$1,479,975.00

2

Hardy & Harper Inc.

Lake Forest, CA

$1,580,227.00

3

Toro Enterprises Inc.

Oxnard, CA

$1,613,085.00

4

Palp, Inc

Long Beach, CA

$1,677,795.00

5

All American Asphalt

Corona, CA

$1,696,777.00

6

Sully Miller Contracting Company

Brea, CA

$1,698,150.00

7

Shawnan

Downey, CA

$1,832,040.00

Staff reviewed the bids and determined that the lowest responsive and responsible bid was submitted by RJ Noble Company, with a total bid in the amount of $1,479,975. RJ Noble Company is a bona fide contractor licensed by the State of California.  The bid bond, in the amount of 10% of the total bid, as supplied by Western Surety Company, a corporation of the State of South Dakota, is in order, and was submitted with the bid.  The contractor’s references have been checked, and it has been verified that the contractor has completed similar projects in an acceptable manner. It should also be noted that RJ Noble Company recently completed the last two Annual Pavement Overlay and Concrete Reconstruction Projects (Albertoni Project and Del Amo Project) with the City of Carson, both in a satisfactory manner.

The timeline for this project is as follows:

Approval of PS&E

April 21, 2020

Advertise Notice For Bids

May 21, 2020

Award of Construction Contract

July 21, 2020

Agreement executed by the City

August 2020

Start of construction

September 2020

Completion of construction

December 2020

V.                     FISCAL IMPACT

The total construction bid amount for this improvement project is $1,479,975.00. A construction contingency in the amount of $221,996.25, representing 15% of the total construction bid, is requested for any unforeseen construction work that may be required to complete this project. The total project cost, including the 15% contingency, is $1,701,971.25.

There is no fiscal impact. Council adopted the CIP budget at the June 16th, 2020 meeting. Public Works department is requesting Council approval to reallocate funds from CIP project no. 1003 to project no. 1393-3 and project no. 1411-3.

Account No.

Project ID

Adopted Budget

Adjustment

Revised Budget

281 & 254

1003

$3,601,766

($1,701,971)

$1,899,794

M281

1393-3

 

$1,361,577

$1,361,577

R254

1411-3

 

$340,394

$340,394

No Changes to Adopted Budget

 

$3,601,766

 

$3,601,766

 

Funds for Project 1393-3 are appropriated from Measure M account no. 281-80-820-904 and funds for Project 1411-3 are  appropriated from Measure R account no. 254-80-820-904 (see table allocation below).

 

 

 

PW1393-3: Annual Pavement Overlay

 

281-80-820-904 (FY 2020/2021)

$1,361,577.00

 

 

 

PW1411-3: Annual Concrete Replacement

 

254-80-820-904 (FY 2020/2021)

$340,394.25

Total Funds Requested

$1,701,971.25

 

 

VI.                     EXHIBITS

1.                     Project Location Map for Project Nos. 1393-3 &1411-3 (pg. 5).

 

Prepared by:  Gilbert Marquez, City Engineer, and Raymond Velasco, P.E., Senior Civil Engineer