FROM: Robert Thompson, General Manager
Originator: Mike Dorman, Director of Engineering
SUBJECT:
title
WARNER AVENUE VAULT COVER IMPROVEMENTS, PROJECT NO. FRC-0010
end
GENERAL MANAGER'S RECOMMENDATION
recommendation
RECOMMENDATION:
A. Receive and file Bid Tabulation and Recommendation for Warner Avenue Vault Cover Improvements, Project No. FRC-0010;
B. Award a Construction Contract Agreement to Minako America Corporation dba Minco Construction for Warner Avenue Vault Cover Improvements, Project No. FRC-0010, for a total amount not to exceed $977,000; and
C. Approve a contingency of $97,700 (10%).
body
BACKGROUND
In 2004, Warner Avenue Relief Sewer, Project No. 11-22, built five shallow vaults on Warner Avenue in Huntington Beach. The purpose was to transition a single 21-inch gravity sewer to three parallel 18-inch gravity sewers to avoid utility conflicts. However, the vault covers that were constructed caused noise issues for surrounding residents. In 2014, Repair to Manhole Structures of Warner Avenue Relief Sewer, Project No. FR12-003, replaced the covers with new pre-cast concrete covers that had composite manhole access points to eliminate noise issues. Two of the vault covers were placed below the street grade and covered with asphalt, while three were placed at street grade. Unfortunately, the vaults placed at street grade continued to vibrate under vehicle loading. To mitigate noise and vibration, three small projects were created, but the minor mitigation measures have not worked for two vaults.
RELEVANT STANDARDS
• Comply with California Public Contract Code Section 20103.8, award construction contract to lowest responsive, responsible bidder
• Operate and maintain facilities to minimize impacts on surrounding communities, including odor, noise, and lighting
PROBLEM
Two vaults continue to have noise and vibration nuisances for nearby residents.
PROPOSED SOLUTION
Award a construction contract agreement for Warner Avenue Vault Cover Improvements, Project No. FRC-0010. This project will replace the existing concrete vault covers with thinner pre-cast concrete vault covers. New paving will be placed on top of the new vault covers to bury the vault lids under the pavement, reducing direct contact with moving vehicles. This fix has worked for other nearby Warner Avenue vault covers.
TIMING CONCERNS
To address nearby residents’ continued noise and vibration concerns, it is important to begin construction as soon as possible and complete the project in a timely manner.
RAMIFICATIONS OF NOT TAKING ACTION
If no action is taken, nearby residents will continue to experience noise and vibration nuisances caused between vault covers and moving vehicles.
PRIOR COMMITTEE/BOARD ACTIONS
N/A
ADDITIONAL INFORMATION
OC San advertised Project No. FRC-0010 for bids on February 1, 2024, and four sealed bids were received on March 26, 2024. A summary of the bid opening follows:
Engineer’s Estimate |
$ 559,000 |
Bidder |
Amount of Bid |
Orange Corrosion Services Inc. (OC&C) |
$ 367,729.50 |
HZS Engineering Inc. (HZS) |
$ 727,000.00 |
Minako America Corporation (Minco) |
$ 977,000.00 |
Mladen Buntich Construction Company Inc. |
$ 1,048,000.00 |
The bids were evaluated in accordance with the OC San’s policies and procedures. The two lowest bidders were determined to be non-responsive. Orange Corrosion Services Inc. did not meet the experience requirements due to their failure to submit completed projects with a public owner; it was determined that experience working with public owners as written in the Invitation for Bids (IFB) was not waivable. HZS Engineering Inc. also did not meet the experience requirements due to their failure to submit completed projects of similar nature, scope, and costs as required by the IFB. General Counsel was consulted on the un-responsiveness of the two lowest bidders and concurred with the evaluation team’s determination.
A notice was sent to all bidders on June 18, 2024, informing them of the intent of OC San staff to recommend award of the Construction Contract Agreement to Minako America Corporation.
Staff recommends awarding a Construction Contract Agreement to the lowest responsive and responsible bidder, Minako America Corporation, for a total amount not to exceed $977,000.
CEQA
The project is exempt from CEQA under the Class 1 categorical exemptions set forth in California Code of Regulations section 15301. A Notice of Exemption will be filed with the OC Clerk-Recorder and State Clearing House after the OC San Board of Directors approval of the Construction Contract Agreement.
FINANCIAL CONSIDERATIONS
This request complies with the authority levels of OC San’s Purchasing Ordinance. This item has been budgeted (Budget FY 2024-25 and 2025-26, Section 5, Page 3, Repairs and Maintenance) and the budget is sufficient for the recommended action.
ATTACHMENT
The following attachment(s) may be viewed on-line at the OC San website (www.ocsan.gov) with the complete agenda package:
• Construction Contract Agreement
KD:lb