AGENDA REPORT
REQUEST FOR CITY COUNCIL AND
CORONA UTILITY AUTHORITY ACTION
DATE: 7/5/2018
TO: Honorable Mayor and City Council Members
Honorable President and Board Members
FROM: Public Works Department Department of Water and Power
SUBJECT:
Title
City Council and Corona Utility Authority consideration to adopt the Plans and Specifications for the Santa Ana River Trail Staging Area Sewer Extension Project, No. 2017-31; approve a Construction Contract with W.A. Rasic Construction Company, Inc. in the amount of $248,800.00 and take related budgetary actions; authorize the Purchasing Manager to issue a purchase order to W.A. Rasic Construction Company, Inc. in the amount of $248,800.00; and award the bid.
End
RECOMMENDED ACTION:
Recommended action
That the:
1. City Council adopt the Plans and Specifications for the Santa Ana River Trail Staging Area Sewer Extension, Project No. 2017-31.
2. City Council award the bid to W.A. Rasic Construction Company, Inc., the lowest responsive, responsible bidder, for the total bid amount of $248,800.00, and waive any and all minor irregularities in the bidding document as submitted by said bidder.
3. City Council authorize the City Manager or his designees to execute the Construction Contract with W.A. Rasic Construction Company, Inc. in the amount of $248,800.00, and approve necessary change orders up to the amount provided by Corona Municipal Code Section 3.08.060(j).
4. City Council authorize the Purchasing Manager to issue a purchase order to W.A. Rasic Construction Company, Inc. in the amount of $248,800.00.
5. Corona Utility Authority (CUA) review, ratify and, to the extent necessary, direct that the City Council take the above actions.
Body
ANALYSIS:
The Water Resources Development Act of 1986, P.L. 99-662 authorized construction of certain flood control improvements on the Santa Ana River and Santiago Creek, which includes as a component thereof, improvements to the Prado Dam and Basin (“Prado Dam”), the Phase II construction of the Auxiliary Embankment, and the addition of roughly 640 feet of length and about 25 feet of height onto an existing earth embankment. All improvements are within and adjacent to approximately 18.2 acres of land owned in fee title by the Orange County Flood Control District (District) and within jurisdictional boundaries of the City of Corona (City). Due to the project improvements undertaken for Prado Dam, the District requires the relocation of cathodic protection equipment owned by the City and concrete encasement for the existing reclaimed waterline and sewer pipe also owned by the City, hereinafter referred to as “Project”.
The District desires to include as part of the Project, replacement of an existing public sewer manhole, installation of a sewer stub and line extension to serve the future District facility that will be located along the Santa Ana River Trail, as shown in Exhibit “A,” attached hereto and hereinafter referred to as “Improvements.” The District will provide the design plans, specifications and cost estimate for Improvements; and the City is willing to 1) review the plans for Improvements, including with respect to compatibility with relocation of its cathodic protection equipment, and 2) undertake all activities necessary to administer and implement the construction of Improvements as part of the Project. Per the Funding Agreement, all costs accrued by the City as a result of the District’s request to replace an existing public sewer manhole, install a sewer stub and line extension to serve the future District facility to be located along the Santa Ana River Trail, shall be reimbursed by the District including administration costs.
The Plans and Specifications for this project were completed by Michael Baker International, reviewed by City staff, and are ready for adoption and award. The project was advertised pursuant to Corona Municipal Code requirements, and on June 7, 2018, three (3) bids were received from prequalified contractors and opened by City staff. The following is a summary of the bid results and the Engineer’s Estimates:

Ferreira Construction Co., Inc. submitted a timely request to withdraw their bid on June 12, 2018 due to an inadvertent clerical error that made its bid materially different than intended (cost for the “Protect in Place Utility” task was inadvertently suppressed and all costs associated did not total in the bid item). Staff reviewed the request and deemed the mistake to be a clerical error and not one of judgment. Ferreira was then notified that their request to withdraw their bid was accepted by the City.
Staff reviewed all bids received and recommends awarding the contract based on the Bid Schedule for a total contract amount of $248,800.00 to W.A. Rasic Construction Company, Inc. as the lowest responsive, responsible bidder. All licenses and references for W.A. Rasic Construction Company, Inc. have been reviewed and verified by City staff, and all other documentation is in order.
Construction is tentatively scheduled to commence the end of July 2018, with completion anticipated by the end of August 2018.
COMMITTEE ACTION:
Not applicable.
STRATEGIC PLAN:
Not applicable.
FISCAL IMPACT:
The estimated construction costs for this project are outlined as follows:

Funding for the project is available in the Capital Improvement Project Budget as follows:

ENVIRONMENTAL ANALYSIS:
The project is categorical exempt from environmental analysis since the project meets the criteria set forth in the California Environmental Quality Act (CEQA) Section 15282 (k) Other Statutory Exemptions - The installation of new pipeline or maintenance, repair, restoration, removal, or demolition of an existing pipeline as set forth in Section 21080.21 of the Public Resources Code, as long as the project does not exceed one mile in length. Therefore, no environmental analysis is required.
PREPARED BY: TOM KOPER, P.E., ASSISTANT PUBLIC WORKS DIRECTOR
REVIEWED BY: NELSON D. NELSON, P.E., PUBLIC WORKS DIRECTOR
REVIEWED BY: TOM MOODY, GENERAL MANAGER
REVIEWED BY: KIM SITTON, FINANCE MANAGER
REVIEWED BY: CITA LONGSWORTH, PURCHASING MANAGER
REVIEWED BY: KERRY D. EDEN, ASSISTANT CITY MANAGER/ADMINISTRATIVE SERVICES DIRECTOR
SUBMITTED BY: DARRELL TALBERT, CITY MANAGER & EXECUTIVE DIRECTOR
Exhibit “A” - Location Map