Manhattan Beach Logo
File #: 19-0075    Version: 1
Type: Consent - Staff Report Status: Agenda Ready
In control: City Council Regular Meeting
On agenda: 2/5/2019 Final action:
Title: Resolution No. 19-0016: 1) Awarding a Construction Contract to FS Contractors, Inc. for the Morningside Drive Rehabilitation Project for $145,892; 2) Authorizing the City Manager to Approve Additional Work, if Necessary, for up to $29,178; and 3) Approving the Plans and Specifications for Morningside Drive Rehabilitation Project (Public Works Director Katsouleas). ADOPT RESOLUTION NO. 19-0016
Attachments: 1. Resolution No. 19-0016, 2. Agreement - FS Contractors Inc., 3. Bid Proposal, 4. Location Map, 5. Plans and Specifications (Web Link Provided), 6. Budget and Expenditures Summary

TO:

Honorable Mayor and Members of the City Council

 

THROUGH:

Bruce Moe, City Manager

 

FROM:

Stephanie Katsouleas, Public Works Director

Prem Kumar, City Engineer

Adilia Miller, P. E., Senior Civil Engineer

 

SUBJECT:Title

Resolution No. 19-0016: 1) Awarding a Construction Contract to FS Contractors, Inc. for the Morningside Drive Rehabilitation Project for $145,892; 2) Authorizing the City Manager to Approve Additional Work, if Necessary, for up to $29,178; and 3) Approving the Plans and Specifications for Morningside Drive Rehabilitation Project (Public Works Director Katsouleas).

ADOPT RESOLUTION NO. 19-0016

Line

_____________________________________________________________________

Recommended Action

RECOMMENDATION:

Staff recommends the City Council adopt Resolution 19-0016 (Attachment):

 

1.                     Awarding a construction contract to FS Contractor, Inc. for $145,892 and authorizing the City Manager to execute the contract;

2.                     Authorizing the City Manager to approve additional work, if necessary, for up to $29,178; and

3.                     Approving the plans and specifications for Morningside Drive Rehabilitation Project (Attachment).

 

FISCAL IMPLICATIONS:

The Morningside Drive Rehabilitation Project is in the Fiscal Year (FY) 2018-19 approved Capital Improvement Program and has sufficient funds available to complete the scope of work and alternate bid for $145,892 and provide for additional unforeseen work, if necessary, for up to $29,178. The Budget and Expenditure Summary is attached (Attachment).

 

BACKGROUND:

The City of Manhattan Beach is responsible for the repair and maintenance of approximately 100.1 centerline miles of streets, of which 8.7 centerline miles are comprised of Portland Cement Concrete (PCC).  Morningside Drive, between 10th Place and Manhattan Beach Blvd. (Attachment - location map) is a PCC street that has compromised sections and requires partial conventional slab replacement to restore the structural integrity of the street.  This work will include full depth removal of the structurally damaged section of concrete and replacement with new concrete that will be tied in at designated joints. Vehicular and pedestrian access to adjacent properties will be maintained at all times and closed sidewalks signs will be properly placed, as needed, at each approach to the closure with alternative routes provided. 

 

DISCUSSION:

Bids for the Morningside Drive Rehabilitation Project were solicited on a competitive basis in accordance with the provisions of the California Public Contract Code. The project was advertised for bid in the City’s publisher of record (Beach Reporter), in several construction industry publications, and was listed on the City’s website and BidSync (online service that connects vendors, suppliers and contractors to government procurement opportunities). Staff also notified over 60 contractors on the City’s contractor database regarding this project.

 

A total of four (4) competitive bids were received and opened on January 10, 2019. The bid results are as follows:

 

                     Contractor                     Total Bid Price

                     FS Contractors, Inc., Sylmar, CA                     $145,892

                     Hardy & Harper, Inc., Santa Ana, CA                     $180,000

                     Palp, Inc. DBA Excel Paving, Long Beach, CA                     $228,695

                     EBS General Engineering, Inc., Corona, CA                     $241,523

 

All bid packets were analyzed for arithmetical errors, completeness, accuracy, etc. While FS Contractors Inc.’s bid package did properly calculate the Total Base Bid and Total Additive Bid Schedules, it neglected to add these two totals on the Total Bid Price and did not state them in digit and word form. This error did not affect the overall bid submittal (Attachment). The contractor acknowledged this contract stipulation and did not seek to withdraw its bid.  Additionally, FS Contractors Inc.’s bid packet did not originally include evidence indicating the capacity of the person(s) signing the Bid to bind the Bidder. In consultation with the City Attorney’s Office it was determined that the variance shown on FS Contractor Inc.’s bid packet and late submittal of the evidence indicating the capacity of the person(s) signing the Bid to bind the Bidder are both immaterial deviations for the purposes of considering its bid as responsive. Lastly, staff reviewed FS Contractors, Inc.’s contractor license and found it to be in order. Additionally, references indicate FS Contractors, Inc. has the knowledge and capability to complete the work in a timely and acceptable manner.

 

Therefore, Staff recommends that City Council authorize the City Manager to award a construction contract with FS Contractors Inc. for $145,892 and approve additional work, if necessary, for up to $29,178. Construction is anticipated to start in March 2019 and be completed by June 2019.

 

PUBLIC OUTREACH/INTEREST:

The businesses and residence impacted by this project will be provided advanced information regarding the project, including dates and times of construction.  Contact information will also be provided for residents who require additional information. Notices will be sent to residences adjacent to the work once the project is ready to commence with construction.

 

ENVIRONMENTAL REVIEW:

The City has reviewed the proposed project for compliance with the California Environmental Quality Act (CEQA) and has determined that the project qualifies for a Categorical Exemption pursuant to Section 15301 Class 1 (repair and maintenance of existing public facilities, involving negligible or no expansion of use) of the State CEQA Guidelines. A Notice of Exemption was filed with the Los Angeles County Clerk’s Office for the Project.

 

LEGAL REVIEW:

The City Attorney has reviewed this report and determined that no additional legal analysis is necessary.

 

ATTACHMENTS:

1. Resolution No. 19-0016

2. Agreement - FS Contractor, Inc.

3. Bid Proposal

4. Location Map

5. Plans and Specifications (Web Link Provided)

6. Budget and Expenditures Summary