File #: 2023-2958    Version: 1 Name:
Type: Consent Status: Passed
File created: 4/25/2023 In control: OPERATIONS COMMITTEE
On agenda: 7/10/2024 Final action: 7/10/2024
Title: WARNER AVENUE VAULT COVER IMPROVEMENTS, PROJECT NO. FRC-0010
Sponsors: Mike Dorman
Attachments: 1. Agenda Report, 2. Construction Contract Agreement - FRC-0010
Related files: 2024-3716

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:  Recommend to the Board of Directors to:

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