Loading...
HomeMy WebLinkAbout2013/05/21 Item 06ITEM TITLE: RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ACCEPTING BIDS, AWARDING A CONTRACT FOR THE "OXFORD STREET SIDEWALK INSTALLATION BETWEEN BROADWAY AND FIFTH AVENUE (CIP NO. STL368)" PROJECT TO TRI-GROUP CONSTRUCTION AND DEVELOPMENT, INC. IN THE AMOUNT OF $160,994, WANING CITY COUNCIL POLICY 574-01, AND AUTHORIZING THE EXPENDITURE OF ALL AVAILABLE CONTINGENCY FUNDS IN AN AMOUNT NOT TO EXCEED $25,000 `" SUBMITTED BY: DIRECTOR OF PUBLIC WORK ~/ ASSISTANT DIRECTO OF EN EE G ~J~/"Q'~`~ REVIEWED BY: CITY MANAGE ASSISTANT CITY ANAGER ~~~111VVV 4/STIi5 VOTE: YES ^ NO SUMMARY On April 17, 2013, the Director of Public Works received eight (8) sealed bids for the "Oxford Street Sidewalk Installation between Broadway and Fifth Avenue [CIP No. STL368, Federal Project No. HSIPL 5203 (035)]" project. The project will construct sidewalk improvements along segments of Oxford Street, between Broadway and Fifth Avenue, that currently do not have pedestrian improvements. The proposed resolution, if approved, would award a contract for this project to the low bidder, Tri-Group Construction and Development, Inc. in the amount of $160,994, waive City Council Policy 574-01, and authorize the expenditure of all available contingency funds in an amount not to exceed $25,000. ENVIRONMENTAL REVIEW The Development Services Director has reviewed the proposed project for compliance with the California Environmental Quality Act (CEQA) and has determined that the project qualifies for a Class 1 categorical exemption pursuant to Section 15301 (Existing Facilities) of the State CEQA Guidelines because the proposed sidewalk installation involves negligible or no expansion of an existing use. Thus, no further CEQA environmental review is required. In addition, the Development Services Director has reviewed the proposed project for compliance with the National Environmental Policy Act (NEPA) in conjunction with the California Department of 6-1 5/21/13, Item (o Page 2 of 4 Transportation (Caltrans), the state department designated as Lead Environmental Agency by the U.S. Department of Transportation, Federal Highway Administration (FHWA) for federally funded street projects. It was determined that the project qualifies for a categorical exclusion pursuant to Title 23 Code of Federal Regulations (CFR) Section 771.117(d); activity:(d)(1) [Modernization of a Street by resurfacing, restoration, rehabilitation or reconstruction]. Thus, no further NEPA environmental review is required. RECOMMENDATION Council adopt the resolution. BOARDS/COMMISSION RECOMMENDATION Not applicable. DISCUSSION This project was included in the FY2011/FY2012 Capital Improvement Program budget to construct missing pedestrian infrastructure along Oxford Street. This project is funded under the Cycle 3 of the Federal Highway Safety Improvement Program (HSIP) and with local TransNet funds. Caltrans authorized funding for Preliminary Engineering on August 25, 2011, and for Construction on Mazch 12, 2013. This project will construct approximately 880 feet of sidewalk and related pedestrian improvements on the north side and about 170 feet of sidewalk on the south side of Oxford Street. The project also includes the installation of street lights, signing, pavement legends and striping, replacement of mailboxes, and asphalt pavement work. The project will serve Hazborside and Lauderbach Elementary Schools, Palomaz High School, Chula Vista Adult School, and the single and multi-family residential properties located on both sides of Oxford Street. On April 17, 2013, the Director of Public Works received the following eight (8) sealed bids: CONTRACTOR TOTAL BID 1 Tri-Group Construction and Development, Inc. -San Diego, CA $160,994.00 2 Portillo Concrete, Inc. -Lemon Grove, CA $183,547.00 3 Blue Pacific Engineering & Construction -San Diego, CA $189,710.00 4 PAL General Engineering, Ina -San Diego, CA $197,256.00 5 Valley Coast Construction Inc. dba Valley Coast Construction -San Diego CA $199,430.12 6 El Camino Construction & Engineering Corp. -Long Beach, CA $212,833.30 7 HTA Engineering & Construction Inc -San Diego, CA $214,810.00 8 New Century Construction Inc-Lakeside, CA $230,787.50 6-2 5/21/13, Item (a Page 3 of 4 The low bid submitted by Tri-Group Construction and Development, lnc. is below the Engineer's estimate of $216,100 by $55,106 (26% below the Engineer's estimate). Tri-Group Construction and Development, Inc. has installed similar street improvement projects in the City with satisfactory performance. Staff reviewed the low bid and determined that the bid package is complete, with no errors or omissions. Therefore, staff recommends the City Council approve the resolution awarding a public works contract to Tri-Group Construction, Inc. in the amount of $160,994. Tri-Group Construction, Inc. is a Licensed General Engineering (Class A) and General Building Contractor (Class B) under California License No. 792159. Their license status is current and active per the Department of Consumer Affairs' Contractors State License Board. The proposed resolution would also authorize the Director of Public Works to approve change orders over and above existing policy limits. Under City Council Policy No. 574-O1, if an individual change order causes the cumulative increase in change orders to exceed the Director's authority ("Maximum Aggregate Increase in Change Orders"), then City Council approval is required. The corresponding maximum aggregate contract increase that may be approved by the Director of Public Works under Policy No. 574-01 is $14,270. Approval of the resolution would increase the Director of Public Works' authority to approve change orders, as necessary, up to the contingency amount of $25,000, an increase of $10,730 over Policy No. 574-01. Increasing the contingency funds will allow staff to continue the project without delay should unforeseen circumstances resulting in increased project costs arise during the course of construction, as well as make adjustments to bid item quantities. Unforeseen conditions include such items as utility conflicts, hazardous materials, other unexpected underground conditions, eta If the contingency funds are not used, then they will be returned to the project fund balance Disclosure Statement Attachment 1 is a copy of the contractor's Disclosure Statement. Wade Statement The sources of funding for this project are from the Highway Safety Improvement Program (HSIP) Program grant and TransNet (grant match). Contractors bidding this project are required to pay Federal and or State of California general prevailing wages to persons employed by them for the work under this project. DECISION MAKER CONFLICT Staff has reviewed the property holdings of the City Council and has found no property holdings within 500 feet of the boundaries of the property which is the subject of this action. Staff is not independently aware, nor has staff been informed by any City Council member, of any other fact that may constitute a basis for a decision maker conflict of interest in this matter. 6-3 5/21/13, Item ~i Page 4 of 4 CURRENT YEAR FISCAL IMPACT A breakdown of the project costs is as follows: FUNDS REQUII2ED FOR CONSTRUCTION A. Contract Amount $160,994 B. Contingencies (approximately 16 %) $ 25,000 C. Construction Inspection Staff Time (15%) $ 24,000 D. Desi n Su ort/Survey/Monument Preservation $ 10,006 TOTAL FUNDS REQUIRED FOR CONSTRUCTION $220,000 Sufficient funds are available in the account balance of CIP Project No. STL368. There is no direct fiscal impact to the General Fund as this project is funded with TransNet and Highway Safety Improvement Program (HSIP) funds. ONGOING FISCAL IMPACT: Upon completion of the project, the improvements will require routine maintenance. ATTACHMENTS 1. Contractor's Disclosure Statement Prepared by: Boushra Salem, P.E., Senior Civil Engineer, Public Works Department J:\Engineer\AGENDA\CAS2013\OS-14-13\STL368 Award ConVac[ - rev.doc 6-4 ~TT~fNT ~ CITY OF CHULA VISTA DISCLOSURE STATEMENT Pursuant to Council Policy IOI.-QI, prior to any actian upon matters that will require discretionary action by the Council, Plam~.ing Commission and all other official bodies of the City, a statement of disclosure of certain ownership ar financial interests, payments, or campaign eontributioas for a City of Chula Vista election must be filed. The following information must be disclased: List the names of alt persons having a finanoial interest in the property that is the subject of the application or the contract, e.g., owner, applicant, contractor, subcontractor, material supplier. 2. if any person"` identified pursuant to (1) above is a corporation or partnership, fist the names of all individuals with a $ZOQO investment in the business (corporationlpartnership) entity. 3. if any person" identified pursuant to (1) above is a non-profit organization or trust, list the names of any person serving as director of the non-profit organization or as trustee or beneficiary or trustor of the trust. 4. Please identify every person, including any agents, employees, consultants, ar independent contractors you have assigned to represent you before the City in this matter. /' ~, s f S 5 ~ HANI ASST ~T_ -`?T~~~ :k- ~- SECRETARY OF 5. I3as any person* associated with this contract had any financial dealings with an official'bx of the City of Chula Vista as it relates to this contract within the past l2 months? Yes_ No Lam' 30 Q:lEoginecringV+ll ProjeclslSTL~S'tL368 Oxrorti (Broadway to Stit)lSpeclSFL368 Cootrect Fumt-Rdoc 6-5 If Yes, briefly describe the nature of the financial interest the official** may have in this contract. 6. Have you made a contribution of more than $250 within the past twelve (12) months to a current member of the Chula Vista City Council? No~Yes _ if yes, which Council member? Have you provided more than $340 (or an item of equivalent value) fo an official** of the City of Chula Vista in the past twelve (12) months? ('This includes being a source of income, money to retire a legal debt, gift, loan, etc.) Yes _ No ~~ If Yes, which official"* and what was the nature of item provided? Date: D~(~~171~1"I~ ~' TRI-GROUP CONSTRUCTION AND ~ ~ y ~~ DEVELOPMENT, INC. % __ Signature of Contractor/Applicant HANI ASST Print or type name of Contractor/Applicant SECRETARY OF CORPORATION Person is defined as: any individual, firm, co-partnership, joint venture, association, social club, fraternal organization, co~poraiion, estate, trust, receiver, syndicate, any other county, city, municipality, district, or other political subdivision, -or any other group or combination acting as a unit. *' Official includes, but is not limited to: Mayor, Council member, Planning Commissioner, Member of a board, commission, or committee of the City, employee, or staff members. 31 QiSnginecring~All ProjeclstSTUSTL36b Oaiord (Broadway to StLfSpec~STL358 Contact Fi~ml-Rdoc 6-6 RESOLUTION NO.2013- RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ACCEPTING BIDS, AWARDING A CONTRACT FOR THE "OXFORD STREET SIDEWALK INSTALLATION BETWEEN BROADWAY AND FIFTH AVENUE [CIP NO. STL368, FEDERAL PROJECT NO. HSIPL 5203 (035)]" PROJECT TO TRI-GROUP CONSTRUCTION AND DEVELOPMENT, INC. IN THE AMOUNT OF $160,994, WAIVING CITY COUNCIL POLICY 574-O1, AND AUTHORIZING THE EXPENDITURE OF ALL AVAILABLE CONTINGENCY FUNDS IN AN AMOUNT NOT TO EXCEED $25,000 WHEREAS, on April 17, 2013, the Director of Public Works received eight (8) sealed bids for the "Oxford Street Sidewalk Installation between Broadway and Fifth Avenue in the City of Chula Vista California"; and, WHEREAS, the sealed bids received are as follows: CONTRACTOR TOTAL BID 1 Tri-Group Construction and Development, Inc. -Lemon Grove, CA $160,994.00 2 Portillo Concrete, Inc. -Lemon Grove, CA $183,547.00 3 Blue Pacific Engineering & Construction- San Diego, CA $189,710.00 ', 4 PAL General Engineering Ina -San Diego, CA $197,256.00 '~ 5 Valley Coast Construction Inc. dba Valley Coast Construction -San Diego, CA $199,430.12 6 El Camino Construction & Engineering Corporation -Long Beach, CA $212,833.30 7 HTA Engineering & Construction Inc -San Diego, CA $214,810.00 8 New Century Construction Inc-Lakeside, CA $230,787.50 WHEREAS, Tri-Group Construction and Development, Inc.'s bid is below the Engineer's estimate of $216,100 by $55,106 (26% below the Engineer's estimate); and WHEREAS, Tri-Group Construction and Development, Inc, has installed similar street improvement projects in the City with satisfactory performance; and WHEREAS, staff has reviewed the low bid and recommends awarding a contract to Tri- Group Construction and Development, Inc.; and 6-7 Resolution No. 2013- Page 2 WHEREAS, in order to approve change orders as necessary to complete the project without delay, staff requests that City Council waive Council Policy No. 574-01 and. increase the Director of Public Works' change order authority to $25,000, including quantity adjustments; and authorize the expenditure of all available contingency funds in an amount not to exceed $25,000. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Chula Vista does hereby accept bids and award a public works contract for the "Oxford Street Sidewalk Installation between Broadway. and Fifth Avenue in the City of Chula Vista, CA [CIP No. STL368, Federal Project No. HSIPL 5203 (035)]" Project to Tri-Group Construction and Development, Inc. in the amount of $160,994; and BE IT FURTHER RESOLVED, that the City Council of the City of Chula Vista does hereby waive Council Policy 574-01 and authorize the Director of Public Works to approve change orders, as necessary, and expend all available contingency funds in an amount not to exceed $25,000. Presented by Approve,Si as to form by i1 ::! Richard A. Hopkins lei I . Goog Director of Public Works ~ity Attorney 6-8