REQUEST FOR CITY COUNCIL AND
CORONA UTILITY AUTHORITY ACTION
DATE: 12/07/2022
TO: Honorable Mayor and City Council Members
Honorable President and Board Members
FROM: Public Works Department & Utilities Department
SUBJECT:
Title
Award of Contract to Beador Construction Company, Inc. for the Water Reclamation Facility No. 2 Paving and Drainage Improvement Project, No. 2021-05.
End
EXECUTIVE SUMMARY:
This staff report asks the City Council to award a construction contract to Beador Construction Company Inc. to construct accessibility improvements, and correct drainage deficiencies at Water Reclamation Facility No. 2, located at 650 East Harrison Street. The project will construct six detention and infiltration basins throughout the site to collect stormwater runoff on-site and recharge groundwater. Further, the project with construct new curbs, gutters, and V-ditches, and will replace, regrade, and improve the pavement conditions at the site.
RECOMMENDED ACTION:
Recommended action
That the:
a. City Council adopt the Plans and Specifications for the Water Reclamation Facility No. 2 Paving and Drainage Improvement Project, No. 2021-05, Notice Inviting Bids 23-013CA.
b. City Council award Notice Inviting Bids 23-013CA to Beador Construction Company, Inc., the lowest responsive, responsible bidder, for the total bid amount of $1,475,700 and waive any and all minor irregularities in the bidding documents as submitted by said bidder.
c. City Council authorize the City Manager, or his designee, to execute the construction contract with Beador Construction Company, Inc. in the amount of $1,475,700.
d. City Council authorize the City Manager, or his designee to negotiate and execute non-substantive extensions, change orders, and amendments up to the amount authorized in Corona Municipal Code Section 3.08.060(J), which is equivalent to 10% or $147,570.
e. City Council authorize the issuance of a Purchase Order to Beador Construction Company, Inc. in the amount of $1,475,700 for construction services.
f. City Council authorize an appropriation in the amount of $800,000 from the Sewer Utility Fund (572) to the Water Reclamation Facility No. 2 Asphalt Roadway Paving Capital Improvement Project No. 77030.
g. Corona Utility Authority review, ratify, and to the extent necessary, direct the City Council to take the above actions.
Body
BACKGROUND & HISTORY:
The Water Reclamation Facility No. 2 site has several issues that need correction:
• The roadways and pavement are in disrepair and need to be replaced.
• There is a lack of proper drainage throughout the site and ponding of stormwater on-site during rain events.
• The site requires wider access roads in several areas for maintenance vehicles.
• The site needs permanent and adequate sample points for collection of stormwater runoff.
• The site requires features to collect and maintain stormwater runoff on-site to recharge groundwater.
This project is designed to correct each of these issues.
ANALYSIS:
The Plans and Specifications for the Water Reclamation Facility No. 2 Paving and Drainage Improvement Project were completed, reviewed, and approved by City staff. As specified in the bid package, the City shall award the contract for the project to the lowest responsive, responsible bidder as determined from the lowest total cost for the Bid Schedule.
This Project was advertised for bids on September 16, 2022, pursuant to Corona Municipal Code Section -3.08.110. On October 13, 2022, four (4) bids were received through the City's PlanetBids bidding service.
The following is a summary of the bid results and the Engineer's Estimate:
Staff has reviewed the bids and recommends awarding the contract to Beador Construction Company, Inc. as the lowest responsive, responsible bidder based on the Bid Schedule for a total contract amount of $1,475,700. All licenses and references for Beador Construction Company, Inc. have been reviewed and verified by City staff, and all other documentation is in order.
City staff will perform the construction contract administration, and a contract consultant will perform inspection and geotechnical services. Should the City Council award the contract as proposed, construction is tentatively scheduled to commence in January 2023, with completion anticipated in summer 2023.
FINANCIAL IMPACT:
Partial funding for the recommended actions is currently available in the Fiscal Year 2023 Capital Improvement Project No. 77030. Approval of the recommended actions will result in an additional appropriation in the amount of $800,000 from the Sewer Utility Fund (572) to the Water Reclamation Facility No. 2 Asphalt Roadway Paving Capital Improvement Project No. 77030.
Construction ………………………………………………………………………………………… $1,475,700
Construction Support Services ………………………………………………………………… $105,000
Contingency ……………………………………………………………………………………………. $147,570
Total Construction Costs ……………………………………………………………………… $1,728,270
Available Funds in CIP 77030 ……………………………………………………………………. $928,270
Additional Requested Funds ………………………………………………… $800,000
With the approval of the recommended actions, funds will be used for the Water Reclamation Facility No. 2 Asphalt Roadway Paving Capital Improvement Project No. 77030. The project budget will be available in the following funding source:
Funding Source |
Amount |
Sewer Utility Fund 572 |
$1,728,270 |
Total |
$1,728,270 |
ENVIRONMENTAL ANALYSIS:
This action is categorically exempt pursuant to Section 15301 of the Guidelines for the California Environmental Quality Act (CEQA), which states that a project which consists of minor repairs and maintenance to existing facilities does not have a significant impact on the environment and is, therefore exempt from CEQA. This action involves replacement of existing pavement and the construction of stormwater detention/infiltration basins to aid in the retention of stormwater and recharging of groundwater on-site and involves no expansion of use beyond what is currently existing. A Notice of Exemption will be filed with Riverside County.
PREPARED BY: JULIANNA ZALESKI, ASSOCIATE ENGINEER
REVIEWED BY: SAVAT KHAMPHOU, PUBLIC WORKS DIRECTOR & TOM MOODY, DIRECTOR OF UTILITIES
Attachments:
1. Exhibit 1 - Location Map
2. Exhibit 2 - Contract